Loading...
HomeMy WebLinkAbout1997-304, • 4: ir 415X1API g f. .14 f,W; -PZ:4:7.7•47A1": /1T;Vi•a;.1. • f4.4514:044'44418W /I -P17 klANACeneArT7 DI) ' 9 3 -30g CONFORMED CONTRACT DOCUMENTS REQUEST FOR PROPOSALS FOR OPERATION OF CLASS 1 LANDFILL AND FOR CONSTRUCTION AND PARTIAL CLOSURE OF CLASS 1 LANDFILL OPERATION CONTRACT I, r INDIAN RIVER COUNTY, FLORIDA RFP NO. 7041 OCTOBER 1997 CAMP DREAM & PAUCEE INC, 17O1 STATE ROAD A1A, SUITE SOO VINO MACH, R.OSIDA SIM COM PROJECT NO. 070$40110 olvifonntontel 18(18,•frs, Wingate, otennere. 8 management eitneult.its .41:W••••tiyi;.,;,:ittr.,70,0k"." ; .‘ .• . • • • • . . CONFORMED OPERATION CONTRACT DOCUMENTS REQUEST FOR PROPOSALS OPERATIONS OF CLASS I LANDFILL AND CONSTRUCTION AND PARTIAL CLOSURE OF CLASS I LANDFILL Request for Proposal No. 7041 April 1997 Prepared for: Indian River County Solid Waste Disposal District 1840 25th Street Vero Beach, Florida 32960 Prepared by: Camp Dresser & McKee Inc. 1701 State Road A -1-A, Suite 204 Vero Beach, Florida 32963 CDM Project Number 6706-20520 • Information For Proponents Instructions To Proponents g INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT RFP NO. 7041 REQUEST FOR PROPOSALS FOR OPERATION OF CLASS I LANDFILL AND FOR CONSTRUCTION AND PARTIAL CLOSURE Sealed proposals will be received by Purchasing Division, 2625 19th Avenue, Vero Beach, Florida, Indian River County until 2:00 p.m. on May 16, 1997, for the operation of the Class I landfill and construction of the infill and partial closure work. Immediately afterwards, all Proposals received will be publicly opened and read aloud in the Indian River County Commission Chambers, 1840 25th Street, Vero Beach, Florida 32960. The proposed work consists of professional operation, management, and post closure maintenance of the Indian River County Solid Waste Disposal District (IRCSWDD) Class I Landfill and the construction of a Class 1 infill and partial closure work. The term of the operations contract shall be five (5) years, beginning July 1, 1997 and terminating June 30, 2002. The County will have the option to extend the Contract term for a period of up to five (5) years. This multi-year contract is subject to appropriation of funds as provided in the Supplementary Conditions. Respondent will propose on both Class I operations and Class I construction projects in the proposal submittal. Two separate contracts (Class I operation and construction project) will be awarded to the successful Proponent: Only one Proponent will be selected for both contracts. If the County selects the Alternate Bid Item of Operations only, then one Contract will be awarded to the successful Proponent. The successful Proponent shall execute an operations contract based on the information contained in this Request for Proposals. The successful Proponent shall also execute a second contract for the infill construction and closure work which will be executed in accordance with the Contract Forms and Documents for the "Class I Landfill Infill - Segments I and II" which are part of the request for proposal. The IRCSWDD Landfill is located at 1325 74th Avenue SW in Vero Beach, Florida. This contract includes the professional operation, management and post closure requirements of the Class I disposal cells located on the 270 acre site. The site is currently receiving approximately 310 tons per day of Class I waste which is disposed in the Segment 11 operating cell. This is based on 360 days per year operation. Other operations will continue to be managed by the Owner. The landfill site is located in a semi -rural area of the County in proximity to areas of residential development. The Class I Landfill and adjacent onsite roadways shall be maintained in a clean and attractive condition to minimize impact on the surrounding areas. 1 booenna2an • All Proposals must be made in strict accordance with the Contract Documents which are on file in the office of the Director of the Indian River Solid Waste Disposal District, 1840 25th Street, Vero Beach, Florida 32960. A proposal presubmittal meeting will be held at 1:30 p.m. on April 29, 1997 at the first floor conference room at the County Administration Building, 1840 25th Street, Vero Beach, Florida 32960. It is strongly recommended that each Proponent attend this meeting. Proposal security in the amount of five percent (5%) of the estimated annual contract shall accompany each proposal. Proposal security shall be based on the first years operations and maintenance cost. In addition, five percent of the construction bid cost is required as bid security for the construction contract. Performance and Labor and Material Payment Bonds in the amount of 125% of the construction cost will be required of the successful Proponent. No proposal may be withdrawn for a period of 120 days after the date of the Proposal opening. All proposals submitted will be subjected to a comparativdlinalysis to determine what is in the best interest of Indian River County for award of this contract. The anticipated project schedule is as follows: Activity Date Issue Draft Contracts end Plans to Pre- Aprtl 18,1997 qualified Contractors Presubmtttal Meeting April 29,19971:30 p.m. Receive Cost Proposals from Contractors May 16,1997 Recommend Contractor to BOCC June 3, 1997 Contractor commences operation Juty 1, 1997 bp0e17/t61O417 BACKGROUND INFORMATION FOR PROPONENTS IB -1 SOLID WASTE QUA_ - -NTITIFS The solid waste to be disposed at the IRCSWDD Class I Landfill will consist of the Class I solid waste generated within the county. Wastewater treatment sludge will continue to be accepted. Hazardous and toxic waste and other special wastes prohibited by FDEP rule from disposal in Class 1 landfills will not be accepted. Historical data on the quantity of solid waste received at the county landfill is provided in Attachment A to the Request for Proposals. A copy of portions of the most recent annual report is also provided in Attachment A to this Request for Proposals. There is no guaranteed solid waste quantity. The bid form is structured for Proponents to bid an annual price for a tonnage of 112,600 tons/year plus or minus 25%. This corresponds to a tonnage range of 84,450 tons/year to 140,750 tons/year. The applicable tipping fee will be determined by the range in which the prior fiscal years (October 1- September 30) solid waste quantity falls. Fluctuations of quantity on a daily, weekly, monthly, or seasonal basis shall not be grounds for renegotiation of the unit price. If waste tonnages are outside of these ranges during the initial 5 -year permit, then tipping fees will be negotiated between the Owner and Contractor. All waste received at the landfill shall be weighed upon the platform scale at the scale house, which will be operated by others. IB -2 REGULATORY REQUIREMENTS IB -2,1 GENERAL The State of Florida regulates operation of Class I landfills to protect the health and welfare of the public through the issuance of Solid Waste Facility Operation permits. Permits are issued by the Solid Waste Section of the Florida Department of Environmental Regulation (FDEP) provided by the Solid Waste Management Rules (Chapter 62-701 Florida Administrative Code) and state and federal water and air quality rules as amended through March, 1997. The FDEP operating permit and permit modification required for construction of the infill for this facility has been secured by the County and a copy is attached to this contract as Attachment B. The County also has current state and federal permits for water and air quality. Contractor shall abide by all solid waste regulations and comply with all general and specific conditions of the operations permit and infill construction permit. The Contractor's services shall include, but not be limited to: Furnishing all labor, equipment and materials to construct, operate, maintain and monitor the IRCSWMF in compliance with all federal, state and local laws, ordinances and regulations, including the rules and regulations of the EPA and all state of Florida environmental agencies. Some of the individual operational tasks are as follows: routine operation engineering, surveying, IB -1 FinTSVNTP bCQ6I7I O.2O 7 soil and erosion compliance. preventative equipment maintenance, hazardous and infectious waste screening, on-site waste reduction services, controlling access to the Class 1 landfill area, and cooperation with the owner to facilitate third party services such as ground and surface water monitoring, groundwater monitoring, methane monitoring and weighing solid waste. The Contractor shall also pay the cost of leachate treatment for the Class I leachate which is pumped through the on-site leachate pump station. IB -2.2 County Responsibility (a) Monitoring Wells, Monitoring wells have been installed on-site at locations permitted by the State of Florida. The County will retain responsibility for monitoring of these wells. At the IRCSWDD Landfill there are presently sixteen (16) wells on-site which are sampled in accordance with the FDEP operating permit. (b) Stormwater, Leachate and andfill Cas Monitoring. County shall be responsible for landfill gas, leachate. and surface water monitoring. There are currently eight gas monitoring locations, excluding buildings. Leachate sampling will be done by the County at the leachate pump station. Surface water monitoring will be done at the permit - designated locations in accordance with the stormwater monitoring plan. Contractor shall operate the Class I Landfill to ensure protection of groundwater and surface waters. (c) Weighing and Tracking Waste Quantities. County shall operate the scales, record wastes by category. and keep tonnage records. (d) Modification of Plans. Should conditions require modification of operation plans, the County will amend the operation plans, amend the Florida Department of Environmental Protection (FDEP) operating permit and issue the Contractor a Change Order to cover additional costs due to the amendments, if appropriate. IB -3 GENERAL DESCRIPTION OF FACIi .ITIES The 270 -acre Indian River County Solid Waste Management Facility is located near Vero Beach, Florida near the intersection of Oslo Road and 74th Avenue. The solid waste management facility currently consists of two Class I waste disposal areas, Segment I (25 acres, closed, unlined) and Segment II (27 acres. active. single geomembrane lined), a construction and demolition disposal cell, yard waste processing and storage area, separated recyclables (glass, paper, plastics) baling facility, and other ancillary facilities to support operations. Approximately 310 tons of Class I waste is received daily at present. The solid waste recycling and disposal system in Indian River County is administered by the Solid Waste Disposal District (SWDD), a division of Indian River County Public Utilities. IB -2 eooe17no-240? a -.sqr.. •�N.�i, qs; t!• 18-4 ANCILLARY FACILITIES IB -4.1 Genes Facilities are in place at the landfill to provide a suitable working environment to landfill employees. These include a scale house, paved access roads, an administration building and maintenance facilities. 1RCSWDD (the Owner) will provide office space and a maintenance area for the Contractor as shown in the administration/maintenance building floor plan. (See Attachment C). Common areas such as lunch room, bathroom and parking lot will be shared by both parties. The construction project work shall be performed out of temporary facilities provided by the Contractor and located as shown on the plans and directed in the Specifications. IB -4.2 Adminisuatianaingmagraancrjhulding A 40 by 90 foot building is in place as a landfill administration office. The building consists of five offices, a reception area, a break room equipped with a kitchen, a bath with shower, and a large storage room. Contractor's use area is delineated on the building floor plan. A sanitary sewer system and potable water supply have been installed by the County. Electric service, potable water service and wastewater service is to be provided by the County. Contractor shall pay a prorated share of electric, water and wastewater user charges based on square footage of the maintenance and administration building area used by Contractor. Contractor shall be responsible for installation and use of Contractor telephone lines and payment of phone charges. County shall maintain the exterior, interior offices, and shared use areas of the administration building. Contractor shall maintain the Maintenance Building interior to keep it equal or better than its present condition. To provide for receipt of wastes, the SWDD operates inbound and outbound 50 ton digital platform scales. An asphalt surfaced main access road has been constructed to provide all weather access from the scales to the Class I Landfill cells. 18-4.3 Access Roads Maintenance and repair of the paved access road from the Scale House to the Class I cells and the construction, maintenance, and repair of additional stone surfaced roads to the working face area shall be the responsibility of the Contractor. 1B-3 bp0617n0,20.97 INSTRUCTIONS TO PROPONENTS B-1. PROPOSALS B-1.1 Proposal Form The Proposal Form for the operations contract and for the construction contract is bound in these Contract Documents and shall not be removed therefrom. Proposal Forms must be completed in ink. Contractor shall be required to state the cost of providing the operations services and of the construction project portion of the work in this proposal form, and separately fill out related construction documents in the "Class 1 Landfill Infill - Segments I and II" Contract Forms and Specifications. Proposals by corporations must be executed in the corporate name by the president or vice- president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The state of incorporation shall be shown below the corporate name. Proposals by partnerships must be executed in the partnership name and signed by a partner; title and the official address of the partnership must be shown below the signature. The names of all persons signing must also be legibly printed below the signature. A Proposal by a person who affixes to his signature the word "president", "secretary", "agent", or other designation without disclosing his principal relationship may be held to the Proposal of the individual signing. When requested by County, evidence of authority of the person signing shall be furnished. All the blank spaces in the Proposal Form shall be filled. A proposal price shall be indicated for each proposal item listed therein including Alternate Bid Item No. 1 or the words "No Charge", "No Change", or other appropriate phrase shall be entered. Proposals received without all such items completed will be considered non-responsive. Indian River County will select either the Base Bid proposal for Class I Operations and Construction or the Alternate Bid Item No. 1 for Class I Operations only or none of the above at their sole discretion. Historical Leachate costs by Indian River County Landfill are found in Attachment C. The Proposal shall contain an acknowledgment of receipt of all Addenda, the numbers and dates which shall be filled in on the Proposal Form. No alterations in Proposals, or in the printed forms by erasures, interpolations, or otherwise will be acceptable unless such alteration be signed or initialed by the Proponent; if initialed, County may require the Proponent to identify any alteration so initialed. Terms used in these Instructions to Bidders which are defined in the Standard General Conditions of this Contract have the meanings assigned to them in the General Conditions. B-1 bp0617/10-20.97 •iiafit�`�J`';11�t 3�, ., Additional sets of complete Contract Documents may be obtained from the Engineer, Camp Dresser & McKee Inc. (CDM) for the sum of $70.00 (Contract Operations Proposal cost $20.00, and Specifications and plans for the Class I Landfill Infill Segments I and II $50.00). This amount represents reproduction and handling costs and is non-refundable. Complete sets of Contract Documents must be used in preparing proposals; neither Owner nor Engineer assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents, by Proposers and their sub -contractors. R-1.2 Proposal PrimoEl The price shall be based on the Work as indicated in this contract and on the Drawings and as specified and shall be given to two decimal places to the right of the decimal point. B-1.3 Submission of Propos One original and seven (7) copies of the Proposal must be submitted to the iql pis Purchasing Division Indian River County 2625 19th Avenue t, r Vero Beach, Florida and identified on the outside with the Proponent's name and license number and with the words "Proposal for Indian River County Solid Waste Disposal District, Class I Landfill Operation, Management and Post Closure Operations, RFP No. 7041." The documents required for the construction project must accompany the proposal for contract operations. The Operations Contractor is not required to hold a General Contractor's license. However, each Proposer must show evidence of a signed contract with a General Contractor and his license number. If the Proposal is sent by mail, the sealed envelope shall be enclosed in a separate mailing envelope with the notation "Proposal Enclosed" on the face thereof. Proposal security for both the operation and construction permits of the project shall be enclosed with the proposal. Proposals shall be deposited at the designated location prior to the time and date for receipt of Proposals indicated in the Invitation to Proposal, or the modified time and date indicated by Addendum. Proposals received after the time and date for receipt of Proposals will be returned unopened. Proponent shall assume full responsibility for timely delivery at the location designated for receipt of Proposals. Oral, telephone, or telegraph Proposals are invalid and will not receive consideration. No Proponent may submit more than one Proposal. Multiple Proposals under different names will not be accepted from one firm or association. o00e17n0.2047 t!: 1 3 a 3 0 A A Alternates may be proposed and will be considered if a price is submitted for the base bid as shown on the bid foam. B-1.4 Modification and Withdrawal of propoos is Proposals may be modified or withdrawn by an appropriate document duly executed (in the manner that a Proposal must be executed) and delivered to the place where Proposals are to be submitted at any time prior to the opening of Proposals. B-1.5 Proposals to Remain Open All Proposals shall remain open for 120 days after the day of the Proposal opening. County shall release Proposals and return Proposal securities as specified in this section under "Return of Proposal Security". B-2 PROPOSAL SECURITY A proposal bond, irrevocable letter of credit, or certified check in the amount of five percent of the estimated annual contract operation price plus the construction cost shall accompany each proposal. In addition, a proposal bond, irrevocable letter of credit or certified check in the amount of five percent of the construction cost shall accompany each proposal. The required security must be in the form of a certified check, cashier's check or a proposal bond. The proposal bond must be executed by a surety meeting the requirements set forth in General Conditions. Bonds or checks shall be made payable, without condition, to Indian River County, Florida. Proposal security will be returned as soon as the successful Proponent has furnished a performance bond or all proposals have been rejected by the County, but not to exceed 120 days after the date of receipt of proposals by the County. If a Proponent withdraws his proposal, fails to negotiate in good faith with the County, or if after the County and the Proponent agree on terms of a contract, the Proponent fails to sign a contract and provide the necessary bonds with 10 days after a copy of the Contract has been presented to him, the amount of deposit shall be forfeited and retained by the County as liquidated damages. B-3. SIGNATURE AND AUTHORITY If the proposal is made by a partnership, the name, address, list of partners, and signature of one of the general partners must be provided; if made by a corporation, the proposal shall indicate the state in which the corporation is chartered, the name and address of the corporation, and certification of the authority of the officer signing the proposal to execute contracts on behalf of the corporation. B-3 DpO917H020.97 I B-4 AWARD OF CONTRACT Indian River County reserves the right to reject any and all proposals. All qualified proposals will be evaluated and acceptance will be made of the proposal(s) judged by Indian River County to constitute the best service offered for the purpose intended. Without being limited thereto, a proposal may be rejected if: (a) The proposal does not strictly conform to applicable laws or to the requirements of the Contract Documents. (b) The proposal is conditional on factors not expressly provided or allowed for by the Contract Documents. (c) The proposal misstates or conceals any material fact in the proposal. (d) The Proponent fails or refuses to promptly furnish the County information requested as to his qualifications. The County shall be held harmless and free from liability for any expenses incurred by Proponents in responding to the request for proposals. B-6 INTERPRETATION OF DOCUMENTS Proposers may obtain interpretations, clarifications. and additional information regarding the project at the Proponents' conference. Questions, except for those asked at the Proponents' conference must be in writing and addressed to the Solid Waste Manager, otherwise, they will not be answered. Written questions will be received until ten days before the proposal date. Written answers to written questions will be distributed to all Proponents. Written answers will be distributed up to within 5 days of the proposal date, except to extend the proposal date. All other official correspondence concerning the project should be directed to the Solid Waste Manager. The County assumes no responsibility for oral instructions or suggestions. B-7 CONFIDENTIALITY The County is a government agency whose documents are open to public inspection. If the proposal includes confidential material, the County will keep such material confidential as permitted by law, but only if the following format requirements are met: (a) Notice of existence of confidential information in the Proposal must be included in a separate preface. .S. B-4 W061711040-97 (b) The confidential information must be assembled together and must be easily separable from the remainder of the Proposal. (c) The Proponent must state in writing the necessity and reasons for keeping such material or information confidential and the particular statutory section justifying the confidential treatment. B-8 PRESUBMITTAL MEETING A presubmittal meeting will be held on Tuesday, April 29, 1997, at the Indian River County Administration Building, 1840 25th Street, Vero Beach, Florida 32960. It is strongly recommended that each Proponent attend this meeting. The meeting will start at 1:30 p.m. The County will answer questions from Proponents, and provide clarification to the proposal process and the Contract Documents. The County will issue written addenda as necessary, and distribute addenda to all Proponents who attend the Presubmittal Meeting. B-9. The Proponent shall prepare a detailed operations plan which will provide the following information: • Transition plan for initiating Class I operations. (Employees, equipment, facility modifications, phase-in schedule). • Description of operational methods, including borrow source, dumping of wastes, daily and intermediate cover methods, litter control, protection of water resources, and maintenance of leachate collection systems, gas vent system and other pertinent items. • Completed forms for staffing plan, equipment list, and equipment replacement. (See following pages) • Shared Facilities Protocol - Description of how the Contractor will utilize existing facilities including the administration building, the maintenance building, refueling facilities, washdown facilities, etc. • Detailed description of landfill maintenance tasks and facility maintenance schedule. The facility maintenance schedule refers to those portions of the facilities occupied or used by the Operations Contractor. • Information addressing all the items required to comply with the operations plan approved by FDEP as part of their current operating permit. There is no mandatory format for the operations and maintenance plan. The plan shall be as concise as possible regarding specific methods and tasks. The plan is to be submitted with the proposal as a separate bound document. B-5 W0517/10-7697 •••"„....v ��t,�' i'k`'�.`., , ., ;a• "F' :1 >kr.-.^;�"v4. _.. ..,••.• .. .... t�4i+..c11"^f,'r'�,`..y, i`�,'+'•e',(',.ut:;^Ys. INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT INDIAN RIVER COUNTY, FLORIDA CLASS I LANDFILL OPERATIONS, MANAGEMENT AND POST CLOSURE CONTRACT STAFFING PLAN m Proponent shall submit the following information on the proposed staffing to manage and operate the landfill in accordance with the requirements of the Contract Documents. 1. List of positions and number of personnel assigned to those positions as follows: Position Nor Average Hours/Week/PersQn a. Resident Superintendent 1 40, b. Foremen t 50 c. Equipment Operators 2 50 d. Mechanics t 40 e. Laborer 3 40 4 f. Management Personnel 9 flee nate hdow1 g. z Clerical/Office t (see below) h. Other (List) Note: Management and clerical support will be provided by Harris Sanitation, Inc. Additional management support and direction will be provided by Waste Management, Inc. of Florida. These positions are not resident at the County Landfill site (See Organization Chart), but provide essential managerial and technical support to the landfill. 2. Provide an organizational chart showing the chain of authority for all management and operating personnel. The chart shall include the titles and names of personnel assigned to management positions including resident superintendent and foremen. 3. Provide personnel experience sheets for all management personnel including resident superintendent, foremen, and any other personnel certified for landfill operation. 4. Provide personnel to be assigned to facilities complete with salary/wages, benefits and all other personnel related costs. Highlight existing Indian River County personnel to be utilized. Adui A T177iF7T • B-6 e00e17n0-2e4l s—"'MrraM•. �jy�ex wrs�a�EYk4r i;d *'. MI ea EU aat tal Ea Cal 'aL ^ms INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT INDIAN RIVER COUNTY, FLORIDA CLASS I LANDFILL OPERATIONS, MANAGEMENT AND POST CLOSURE CONTRACT EQUIPMENT QUESTIONNAIRE Proponent shall complete this form indicating all equipment which he proposes to use to manage, operate and maintain the Class I landfill in accordance with the requirements of the Agreement Documents. All blanks shall be filled on each piece of equipment. A. EQUIPMENT LIST _' y See Next Page QUANTITY EQUIPMENT DESCRIPTION MAKE AND MODEL SIZE OR CAPACITY YEAR HOURS OPERATED LEASED OR OWNED Mgok Oit ma lei sea us ma smi ica tat wit CES UM WO als. 0 INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT INDIAN RIVER COUNTY, FLORIDA CLASS I LANDFILL OPERATIONS, MANAGEMENT AND POST CLOSURE CONTRACT EQUIPMENT QUESTIONNAIRE A. EQUIPMENT LIST QUANTITY EQUIPMENT DESCRIPTION MAKE AND MODEL SIZE OR CAPACITY YEAR , HOURS OPERATED LEASED OR OWNED 1 Compactor (New) Caterpillar 836 100,000 lbs. 1997 0 Owned 1 Dozer D-6 Caterpillar To Be Determined 1993 or newer Approximately 5,000 hours Owned 1 Farm Tractor w/ front end broom; 3 point hitch for a bush hog/gang mower John Deere SO hp Various Attachments 1993 or newer Approximately 2,000 hours or less Owned 1 Combination loader/back hoe Caterpillar 416 To Be Determined 1993 or newer Approximately 2,000 hours or less Owned 1 Water Truck To Be Determined To Be Determined To Be Determined New Tank Owned B. JOUIPMENT REPLACEMENT SCHEDULE Equipment Item CAT 836 Compactor(New) CAT D6 Dozer CAT 416 Loader/Back Hoe Remaining Estimated Useful Life 8-10 years 5 years (minimum) 5 years (minimum) Estimated Replacement Cost (S) Does Not Include Labor N/A Replacement Year(s) (From Start of Independent Operation) N/A N/A N/A 5 years (minimum 5 year (minimum) Water Truck 5 years (minimum) N/A 5 years minimum) ria d B-10 FAMILIARITY WITH CONDITIONS The submission of a proposal for this work will be considered a representation that the Proponent has carefully investigated all conditions which affect, or may in the future affect, the performance of the Work, and that the Proponent is fully informed concerning the conditions to be encountered; the character, quality, and quantity of work to be performed; and the equipment and materials to be furnished; also, that the Proponent is familiar with all Federal, State and County laws and local codes and ordinances which in any way affect the performance of the Work or the materials, equipment, and labor used in the Work. The Contractor shall secure all necessary permits for the construction work at his own expense, except the landfill construction permits which have been obtained by Indian River County. Each Proponent shall visit the Class 1 landfill and completely familiarize himself with site conditions and the ancillary facilities. Proponents may also review engineering reports of prior geological and engineering investigations of the landfill sites, and the construction drawings and other contract documents covering existing site development work and existing and ongoing construction of ancillary facilities at the landfill site. Appointments for visiting the landfill site and reviewing site documents shall be made by contacting: Mr. Ron Brooks, Solid Waste Manager Indian River County Solid Waste Disposal District 1325 74th Avenue SW Vero Beach, Florida 32968 Telephone: (561) 770.5112, 770-5113 Fax: (561) 770-5296 1"'.• B-11 AVAILABLE nEOLOGICALAWD ENGINEERING DATA FOR LANDFILL SITE (a) Geotechnical Investigation, Proposed Indian River County Landfill Segment I/Segment II Infill Lateral and Vertical Expansions, Ardaman & Associates, August 1995. (b) Geotechnical Investigation, Proposed Indian River County Landfill Segment I Geotechnical Report. Geotechnical Investigation, Proposed Indian River County Landfill Segment 11 Geotechnical Report, Universal Engineering. (d) Geotechnical Investigation, Proposed Indian River County Landfill Segment I Closure Geotechnical Report, Ardaman & Associates. Florida Department of Environmental Protection Application for Renewal of A Solid Waste Facility Permit. Figure No. 3-3. "Existing and Proposed Facilities at the Indian River County Landfill. February, 1994. (f) Florida Department of Environmental Protection Application for Renewal of a Solid Waste Facility. Figure 4-2, Segment II Piping Plan. (c) (e) B-11 bp0e17/10.20-97 (8) Note: Florida Department of Environmental Protection Application for a Solid Waste Facility. Figure B-2, "Filling Segment I, and Figure B-4, Filling Segment II. The document set for the construction component of this project consists of: • Camp Dresser & McKee Inc. Indian River County, Solid Waste Disposal District, Class I Landfill Infill - Segments I and II, April, 1997 Plan Set • Camp Dresser & McKee Inc. Contract Forms and Specifications, Class I Landfill Infill - Segments I and II, April, 1997. B-12 PROPOSAL SUBMITTAL DOCUMENTS The proposal consists of the following sections. A complete proposal form must be submitted for the proposal to be considered responsive. • The required forms in the Request for Proposals Contract Documents, including: a) Proposal Bid Foran, BF -1 through BF -7 b) Proposal Security for Operations Work c) Acknowledgment of Addenda • Operation plan including proposed method of operation, staffing methods, and equipment procurement. Three forms must also be submitted: (a) staffing plan (b) equipment questionnaire and (c) equipment replacement schedule. Copy forms out of bound proposal document. • Additional forms contained in the proposal form from the Contract Forms and Specifications for the Class I Landfill lnfdl - Segments I and I as listed below: The following documents are attached to and made a condition of this proposal. The Contract Documents for the Class I Landfill Infill Segments 1 and II shall be bound separately, but be submitted in the same package with the Proposal Submittal. (a) Construction Bid Form (Section 00300). (b) Certificate of Compliance with Florida Trench Safety Act (Section 00301). (c) Power of Attomey (for surety bond only). (d) Qualification Questionnaire (Section 00430) and Clay Liner Questionnaire (Section 00302). (e) Schedule of Suppliers (Section 00450). (f) Alternate Suppliers (Section 00460). (g) Non -collusive Affidavit (Section 00480). (h) Sworn Statement Under Section 287.133(3)(a), Florida Statutes, On Public Entity Crimes (Section 00481). (i) Sworn Statement under Section 105.08, Indian River County Code on Disclosure of Relationships. 'WOOfls_ B-12 bp0617I1 040.97 m a 1 1 A (j) Authority to Execute Contract. (k) Acknowledgment of Addenda. (1) Estimated Monthly Draw Schedule for Construction Payments B-13 SELECTION PROCESS Indian River County's Request for Proposal evaluation process was created for the purpose of selecting contractors in a fair and uniform manner, that those selected for work are qualified and experienced in operating and constructing the facilities desired and to provide every qualified contractor an equal opportunity to be considered for providing services for the Project. The annual Contract Operations price (Base Bid Item No. 1) and the Total Construction price (Base Bid Item No. 2) will be evaluated by determining the lowest Present Worth and will be calculated as follows: • Assume CPI - 3% annually • Assume Discount Rate - 6.41% annually • The Present Worth of each Proposer will be the sum of: Year 1: Base Bid Item No. 1 = $ Year 2: 0.939761 x (1+[0.75 x 0.03]) x Base Bid Item No. 1 = $ Year 3: 0.883151 x (1+[0.75 x 0.03])2 x Base Bid Item No. 1 = $ Year 4: 0.829951 x (1+[0.75 x 0.03])3 x Base Bid Item No. 1 = $ Year 5: 0.779956 x (1+[0.75 x 0.03])4x Base Bid Item No. 1 = $ Construction Capital Cost - Bid Item No. 2 = $ Total Present Worth of Operations for 5 years and Construction Capital Cost = $ The Selection Committee shall evaluate the proposals using the rating scale below. The rating scale consists of 0-1.0 by tenths of a point. The rating will be multiplied by the weighted factor to give a weighted score. The ratings are as follows: 1.0 0.9 0.8 0.7 Baling& Superior, far exceeds expectation Excellent, well exceeds expectation 0.6 Good, above average 0.5 Average 0.4 Fair 0.3 0.2 0.1 0.0 Poor Non-responsive. Unacceptable B-13 WwNL q).:4K'il: f:' , M1::,e- �. MJF bp0617/10-2097 INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT MATRIX CRITERION FOR EVALUATION OF PROPOSALS Cater:row A - Oornations Criterion (a) Present Worth al Operation and Maintenance Costs and Construction Contract Cost (b) Approach to Operations (c) Staffing Approach Indicating Use ol Indian River County Personnel Total - Oporations and Construction Criterion Weighted Factor 800 100 100 IWO Rating Weighted Score ;4 • bp01117/10•20•97 - rpcil • s 4 a 0 tl v PROPOSAL FORM LNDLA ti RIVER COUNTY SOLID WASTE DISPOSAL T DISTRIC INDIAN N RIVER COUNTY, FLOCA CLASS I LANDFILL OPERATIONS, MANAGEMENT AND POST CLOSURE CONTRACT AND CONSTRUCTION AND PARTLAL CLOSURE OF CLASS i LANDFILL CONTRACT NO. To Indian River County, Florida T"�e TIE UNDERSIGNED PROPONENT. having familiarized himself with the Work required by the Contract Documents, the site where the Work is to be performed, local labor conditions and all laws, regulations, and other factors affecting performance of the Work, and having satisfied himself of the expense and difficulties attending performance of the Work. HEREBY PROPOSES and agrees, if this Proposal is accepted, to enter into Agreement in the form attached to perform all Work, including the assumption of all obligations. duties. and responsibilities necessary to the successful completion of the Contract and the furnishing of all materials and equipment required to be incorporated in and form a permanent part of the Work; tools, equipment, supplies, transportation, facilities. labor, superintendence, and services required to perform the Work; and Bonds, insurance and submittals; all as indicated or specified in the Contract Documents to be performed or furnished by Contractor for the following prices: Base Bid One Mill ion twenty-one thousand Item No. 1 four hundred forty-nine Dollars and 1 00/100 ( Cens)(S 1,021,449.00 1 for Class 1 waste disposed of each year for five (5) years, July 1 through June 30. within the ranee of 84,450 to 140.750 tons per year at the Indian River County, Class I Landfill. Cost shall include the cost for post closure operation and maintenance of the Class I Landfills and the cost for leachate treatment. This cost will be limited to escalation at 75470 of CPI for the last 4 years of the 5 year contract. Base Bid Item No. 2 - Class I Infill segment lateral and vertical expansion. including site preparation, demolition, subbase compaction. procurement and transportation of suitable clay liner material, installation of clay liner, geomembranc liners. geonets, geotextiles, leachate collection system. placement of granular fill materials and quality control. Modification of existing Segment I, gas vent system and dirt access roadway. Construction of replacement stormwater letdown structure on Segment I, stormwater letdown structures on Segment U. and closure of north. south. and east sides of Segment II to 55' NGVD terrace. Stormwater ditch alteration and roadway improvements as needed for closure of tower porion of Segment II sidesiope. Payment of Public Construction Bond Premiums in consideration of indemnification of the Owner and Engineer as required in the General and Supplementary Conditions of the BF -1 .rr1110.l$47 ;p I1 r r , l -•fsei-4S,er a .f �•. -€ .rag' ::r`<'.. ash: .s'r€l <•r',r �'i ..t. "Contract Forms" and specifications for the infill construction and panial closure. The infill and partial closure construction shall be complete by April 24th 1999, per the FDEP construction permit. For selling and delivering to the Owner all necessary materials, equipment, supplies, and license fees including installation of all materials, equipment. supplies. all other labor, excavating, filling, permit fees, taxes, insurance, general, administration, mobilization/demobilization, and other maintenance costs, overhead and profit for (1) infill segment lateral and vertical expansion construction including Segment I sideslope and attachment to Segment II liner systems, including clay subbase material and transportation and (2) for the Segment I stormwater letdown replacement, Segment II letdown and terminal ditch structures, closure of Segment II to 55' NGVD, and associated ditch and permanent road improvements, and appurtenances, including quality control. Total Base Bid Item No. 2 s 3,822,100 Lump Sum Three Mi Tl ion eight hundred twenty-two thousand one hundred Dollars and 00/100 Cents Written These costs will be evaluated as outlined in Section B-13. The undersigned Proponent agrees to furnish within 14 days of award of a contract the required Performance Bond, Labor and Material Payment Bond, Power of Attorney, and Certificates of Insurance for both the operations and construction projects which are acceptable to the County. Contractor agrees to complete all contract operations work by June 30, 2002 and to accept an extension of the Operations Contract Time not to exceed five years if requested by the County. The undersigned Proponent hereby certifies (a) that this Proposal is genuine and is not made in the interest of, or in the behalf of, any undisclosed person, firm, or corporation, and is not submitted in conformity with any agreement or rules of any group, association. organization. or corporation; (b) that he has not directly or indirectly induced or solicited any other Proponent to put in a false or sham Proposal; (c) that he has not solicited or induced any person, firm, or corporation to refrain from submitting a proposal; and (d) that he has not sought by collusion to obtain for himself any advantage over any other Proponent or over the County. The Proponent agrees to provide the services as specified within this document in accordance with the schedule below: 1. Assume operation of the Indian River County Solid Waste Disposal District Class I Landfill within 90 calendar days after award of a contract. 2. Commence the Class I Landfill Infill Construction and Partial Closure construction within 14 calendar days after award of a contract. `3�.}.': �.� �4;°, ''aji4 '..^:C. �:�Se`✓u.'iR�r_... 'it.`ltaL`.Wi':.•.{. ' BF -2 3 3 0 s j v Alternate Bid Item No. 1 a'•� .. �: :iii n`�r'�a Alternate Bid Item No. 1 is for Operations only without the construction work. The construction work will be performed by an independent contractor under a separate contract to the Owner. THE UNDERSIGNED PROPONENT, having familiarized himself with the Work required by the Contract Documents, the site where the Work is to be performed. local labor conditions and all laws, regulations, and other factors affecting performance of the Work, and having satisfied himself of the expense and difficulties anending performance of the Work, HEREBY PROPOSES and agrees, if this Proposal is accepted, to enter into Agreement in the ' form attached to perform all Work, including the assumption of all obligations, duties, and responsibilities necessary to the successful completion of the Contract and the fumishing of all materials and equipment required to be incorporated in and form a permanent part of the Work; tools, equipment, supplies. transportation, facilities, labor, superintendence. and services required to perforin the Work; and Bonds. insurance and submittals; all as indicated or specified in the Contract Documents to be performed or furnished by Contractor for the following price: Alternate Bid One Million twenty-one thousand hem No. 1 four hundred forty-nine ( Dollars and) 00/100 (Cents)(S 1-021.449.00 I for Class I waste disposed of per year. July 1 through June 30. within the range of 84,450 to 140350 tons per year at the Indian River County, Class I Landfill. Cost shall include the cost for post closure operation and maintenance of the Class I Landfills and the cost for leachate treatment. This Alternate Bid Item includes the cost of operating the Class I cell only. independently of the construction of the infill or closure of Segment II. All the blank spaces in the Proposal Form shall be filled. A proposal price shall be indicated for each proposal item listed therein including Alternate Bid Item No. 1 or the words No Charge", "No Change". or other appropriate phrase shall be entered. Proposals received without all such items completed will be considered non-responsive. Indian River County will select the Base Bid proposal for Class I Operations and Construction or the Alternate Bid Item No. 1 for Class I Operations only, or none of the above at their sole discretion. Historical Leachate costs by Indian River County Landfill are found in Attachment C. etm • BF -3 1110011746.111.47 ..Yik:YFY.i''.. oxo .r,:A Alternate Bid Item No. 2 Alternate Bid Item No. 2 is for transfer of Indian River County's Class I Municipal Solid Waste for disposal at Waste Management's Central Disposal Sanitary Landfill, in Broward County, Florida. THE UNDERSIGNED PROPONENT, having familiarized himself with the disposal requirements of the County, provides this disposal alternative for the County's consideration, consisting of the permitting and construction of a 500 tons per day capacity transfer station, to be located on County owned property at the Indian River County Landfill, with loading and transportation of Class I municipal solid waste to Waste Management's Central Disposal Sanitary Landfill, located in Northern Broward County, Florida. WMIF hereby agrees for the Alternate Bid Item No. 2 to perform all Work, including the assumption of all obligations, duties and responsibilities necessary for the completion of a negotiated mutually agreeable Contract and the furnishing of all materials and equipment required to be incorporated in and form a permanent part of the Work; tools, equipment, supplies, transportation, facilities, labor, superintendence, and services required to perform the Work (Transfer Station and disposal); and Bonds, insurance and submittals, reimbursement of unamortized capital and other similar and usual terms and conditions alt as indicated or specified in such Contract to be performed or furnished by Contractor for the following price: Alternate Bid Item No. 2 Forty-four (Dollars and) Ninety-five (Cents) (S 44.95 per ton) for Class I waste received at the Indian River, County Transfer Station, at a minimum of 80,000 tons per year. Indian River County will maintain responsibility for all other operations at the Indian River County Landfill. Alternate Bid Item No. 3 Alternate Bid Item No. 3 is for construction of a modified liner design for Class I Infill segment lateral and vertical expansion, consisting of a single layer of geosynthetic clay liner (Bentofixo or equivalent) to replace the current 2 feet of 104 cm/sec clay, which will provide better hydraulic performance than the current design. In addition, this alternative will provide an increased benefit by making available an additional 2 feet of disposal airspace within the infill footprint. Waste Management proposes this alternative liner design as a "to be negotiated" cost savings to "Total Base Bid Item No. 2". This Alternate Bid Item No. 3 will require a modified Florida Department of Environmental Protection Construction Permit. WMIF estimates the construction cost savings for this modified liner design to be approximately S200 000.00. Further technical details on WMIF's Alternate Bid Item No. 2 (Transfer Station) and Alternate Bid Item No. 3 (Bentofix® clay liner) are contained in our Class I Landfill Infill Segments I & II RFP response. If accepted, the negotiated cost savings would be deducted from the infill construction price provided in Base Bid Item No. 2. All other conditions set forth in Base Bid Item No. 2 will apply. BF -3A 1! 11 11 The undersigned Proponent acknowledges receipt of the following Addenda, which have been considered in preparation of this Proposal: No. 1 Dated May 7 , 1997 No. 2 Dated May 13, 1997 No. 3 Dated May 21, 1997 No. 4 Dated May 30, 1997 No. N/ A Dated Dated in Broward County. FL this 6th day of June , 19 97 SIGNATURE OF PROPONENT: If an Individual: N / A , doing business as If a Partnership: N/A . doing business by If a Corporation: (a Waste Management Inc. of Florida Florida doing business James E. O'Connor TITLE President Business Address of Proponent 2700 NW 48th Street Pompano Beach, FL 33073 Corporation) (SEAL & ATTEST) ATT BF -4 A D M. KAA istant Secretary ij PROPOSAL BOND KNOW ALL MEN BY THESE:PRESENTS. that we WASTE MANK;IIllEte ftC. OF MAMA, a Florida Corooratian . u Ftindnai. be einatier called the Principal. and the FIREMAN'S 233 South Wacker, Suite 1900 RUNG INSUROICE MOW .of Chicano. Illinois 606064308 .aCorporatioaduly otgaaized under the laths of the State of California as Surety, hereinafter. called the Surety. are held and finzdy band unto INDIAN RIVER COUNTY. FLORIDA as obligee. bariaafter walled the Cyouulys , in the emmmt of Five Percent of the Firer Year'c foprari.,g Cost ($ 5% car3" f, ). for the payment of which amount and truly to be made. the Principal and the Surety. bind ourselves, our heirs,. emtecntors, sdmiaistrators. successors and assigns. jointly and severally. firmly by these presents. WHEREAS. the Principal has submitted a Proposal to Indian Riva County for OPERATION OF CLASS I LANDFILL Total of Base Bid Item No. 1. NOW THEREFORE, if the County shall accept the Proposal of the Principal and the Principal shall enter into a Contract with the County in accordance with the terms of said Proposal. and give such bond or bonds as may be specified in the Proposal and Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and materials furnished in the prosecution thereof. or in the event of the failure of the Principal to enter into such Contract and give such bond or bonds the Surety shall, upon demand forthwith pay to the County -Obligee the amount set forth above. The Principal shall pay the County the difaence not to exceed the penalty hereof between the amount specified in said Proposal and such larger amount for which the County may in good faith contract with another patty to perform the Weak eovercd by said Proposal. then this obligation shall be null and void, otherwise to remain in full force and effect. SIGNED AND SF.AL.ED this 3rd day of June Witaeas: Witness: WASTE MANAGIIITF INC. OF SEAL) SEAL) iIOU N3 4tlt tr et ( ompano $each, 3e30 3 Principal Donaui $. IDA, Assistant Secretary it •a .rf�1.s.�ti ') .. �...:'':. BF -5 A.D.. 19 97 in the presence of: FIRINAN'S FUND INSURANCE 021PANY Surety Title Linda M. Mulish. Attorney -in -Fact BONDING AGENT NFAR NORTH INSURANCE BROKERAGE, INC. 875 North Kis i an Avenue Chicago, IL 6UbNOUSOIMAIM gt Address (312) 280-5666 Ellen Cope Phone/Contact 1 1 1 1 1 1 a 1 1 STATE OF ILLINOIS. COUNTY OF DuPAGe On this 3rd day Of June 1997,befiNIMMINWSOnallyaMMMINi ,Linda M. Makdah ,know to me to be AttOrnetirt-Fact FIREMAN'S FUND INSURANCF COKRANY , the corporatio executed the within instrument and acknowledged to me that such corporation ei the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed by official seal office in the aforesaid county, the day and year in this certificate first above written. 'OFFICIAL SEAL' PATTY J. K ENIS NOTARY PuSLIC. ;::.1E OF ILLINOIS My Commissio louts 10/17/99 _`, • •• t'Ar•2. P•4,4•,•,'•; . r 4=r47 k • . • , • _ BID GUARANTY FORM IRREVOCABLE LETTER OF CREDIT NOT APPLICABLE Proposal Bond Included On Page BF -5 Beneficiary; Indian River County through its Indian River County Board of County Commissioners County Administrator Indian River County 1840 - 25th Street Vero Beach, FL 32960 1 Date of Issue Issuing Bank's No. Applicant Amou Puy: (Date) Bid/Contract Number a In United States Funds we hereby authorize you to draw on (Bank, Issuer Name) at (Branch Address) by order of and for the account of (Contractor. Applicant. Customer) up to an aggregate amount, in U t ' d States Funds, of available by your draft at sigh, companied by: (1) A signed statement • m the County Administrator of Indian River County or the administrator's au orized representative, that the drawing is due to default in performance of rtain obligations on the part of , agreed upon (Contractor, Applicant, Customer) by and bet een Indian River County and (Name of Project) Drafts ust be drawn and negotiated not later than (Expiration Date) must bear the clause: "Drawn under Letter of Credit Number dated (Bank Name) Letter of Credit shall be renewed for successive periods of one (1) year each unless we vide the Indian River County Administrator with written notice of our intent to terminate the BF -6 1041701.1147 1 m 1 3,� � �.,.s +pati �„ ‘r Sirtv4tg.. credit herein extended, which notice must be provided at least thirty (3) days prior to th expiration date on the original term, hereof or any renewed one (1) year term. Notifi Indian River County that this Letter of Credit will expire prior to performance to th obligations will be deemed a default. on to Contractor's This "Letter of Credit" sets forth in full terms of our undertaking, and such u in any way be modified, amended, or amplified by reference to any docu agreement referred to herein or to which this Letter of Credit is referred o relates, any such reference shall not be deemed to incorporate herein by instrument, or agreement. We hereby agree with the drawers, endorsers, and bona fide hold • in compliance with the terms of this credit that such drafts will presentation of the drawee. ertaking shall not ts, instrument. or this Letter of Credit eference any document, The execution of the contract and submission of the requ' and Insurance Certificate by the shall be release of all obligations. This Credit is subject to the "Uniform Custo International Chamber of Commerce (1984 of Florida law. If a conflict between the U and Florida law should arise, Florida law state or county and Florida law should of all drafts drawn under and duly honored upon ed Performance and Payment Guaranty or, Applicant, Customer and Practice for Documentary Credits." ision), Publication No. 400 and to the provisions form Customs and Practice for Documentary Credits hall prevail. If a conflict between the law of another 'se, Florida law shall prevail. • BF -7 Authorized Signature P*t7 .iw► M rrrt CONTRACT AGREEMENT INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT INDIAN RIVER COUNTY, FLORIDA CLASS I LANDFILL OPERATIONS, MANAGEMENT AND POST CLOSURE CONTRACT This agreement is entered into this day of 7/0-V ! 1997 by and between the Solid Waste Disposal District, a special district of Indian River County, Florida, hereinafter referred to as the "SWDD", and the Contractor, hereinafter refereed to as the "Contractor", for the services set forth herein. WITNESSETH: WHEREAS the SWDD is responsible for the Operations of publicly contracted residential refuse disposal in the County: and WHEREAS, the SWDD wishes to employ the Contractor to provide Operations and operations services for its Class I landfills; NOW, THEREFORE, in consideration of these premises the parties hereto, intending to be legally bound, covenant and agree as follows: ARTICLE.1 SCOPE OF WORK The Work to be performed under this contract shall include, but not necessarily be limited to, complete operation and operations services for the Class I landfills including application of daily and intermediate cover, operation and maintenance of contractor -furnished equipment and SWDD-furnished facilities; provision and training of operations personnel; Class I post closure maintenance and other disposal services as specified by this document and as required by the FDEP Operations Permit The Indian River Landfill Class I area shall be operational during the operating hours of the landfill: 7 days a week from 7:00 a.m. to 5:00 p.m. except for the following holidays, New Year's Day, July 4th, Labor Day, Thanksgiving Day, and Christmas Day. A-1 81660 " t4,1`F 41. Infill Segment Construction and Partial Closure of the Segment II Class I Landfills will be performed under a separate Contract in accordance with the Contract Forms and Specifications for the Class I Landfill Infill - Segments I and IT. ARTICLE q COMPENSATION In consideration for the services provided herein, the SWDD shall pay to the Contractor, and the Contractor shall accept as compensation therefore, the following price (subject to adjustment as provided in the Contract Documents: Base Bid Item No. 1 One million twenty-one thousandfour hundred forty-nine Dollars and 00/100 cents 01.021.449.00) for Class I waste disposed of each year for five (5) years, January 1 through December 31, within the range of 84,450 to 140,750 tons per year at the Indian River County Class 1 Landfill. Cost shall include the cost for post closure operation and maintenance of the Class I Landfills and the cost for leachate treatment. This cost will be limited to escalation at 75% of CPI for the last 4 years of the 5 year contract. Item No. 2 - Class I infill segment lateral and vertical expansion, including site preparation. demolition, subbase compaction, procurement and transportation of suitable clay liner material. installation of clay liner, geomembrane liners, geonets, geotextiles, leachate collection system, placement of granular fill materials and quality control. Modification of existing Segment A, gas vent system and dirt access roadway. Construction of replacement stormwater letdown structure on Segment I, stormwater letdown structures on Segment II, and closure of north, south, and east sides of Segment II to 55' NGVD terrace. Stormwater ditch alteration and roadway improvements as needed for closure of lower portion of Segment II sideslope. Payment of Public Construction Bond Premiums in consideration of indemnification of the Owner and Engineer as required in General and Supplementary Conditions of the "Contract Forms" and specifications for the infill construction and partial closure. The infill and partial closure construction shall be complete no later than April 24, 1999, per the FDEP construction permit, or 365 calendar days after execution of this contract, whichever occurs first. For selling and delivering to the SWDD all necessary materials, equipment, supplies, and license fees including installation of all materials, equipment, supplies. all other labor, excavating, filling, permit fees, taxes insurance, general administration, mobilization/demobilization, and other maintenance costs, overhead and profit for (1) infill segment lateral and vertical expansion construction including Segment I sideslope and attachment to Segment II finer systems, including clay subbase material and transportation and (2) for the Segment I stonnwater letdown replacement, Segment II letdown and terminal ditch structures, closure of Segment II to 55' NGVD, and associated ditch and permanent road improvements, and appurtenances, including quality control. A-2 0 Ai 1 1 1 ` 'x=�SP k REFITARK1 4 tt 1 a 1 1 1 Bid Item No. 2 53.822.100.00 Lump Sum Three million eight hundred twenty-two thousand one hundred dollars and 00/100 cents Written The undersigned Proponent agrees to furnish within 14 days of award of a contract the required Performance Bond, Labor and Material Payment Bond, Power of Attorney, and Certificates of Insurance for both the operations and construction projects. Contractor agrees to complete all contract operations work by December 31, 2002 and to accept an extension of the Operations Contract Time not to exceed five years if requested by the SWDD. The undersigned Proponent hereby certifies (a) that this Proposal is genuine and is not made in the interest of, or in the behalf of, any undisclosed person, fine, or corporation, and is not submitted in conformity with any agreement or rules of any group, association organization, or corporation; (b) that he has not directly or indirectly induced or solicited any other Proponent to put in a false or sham Proposal; (c) that he has not solicited or induced any person, firm or corporation to refrain from submitting a proposal; and (d) that he has not sought by collusion to obtain for himself any advantage over any other Proponent or over the SWDD. The Proponent agrees to provide the services as specified within this Document in accordance with the schedule below: 1. Assume operation of the Indian River County Solid Waste Disposal District Class I Landfill within 90 calendar days after award of a contract. Operation will commence on January 1, 1998. The Proponent agrees to provide the services as specified within this Document in accordance with the schedule below: 2. Commence the Class I Landfill Infill Construction and Partial Closure Construction within 14 calendar days after award of a contract. Construction will commence on January 1, 1998. ARTICLE lII TERM OF CONTRACT The terms of this operations contract shall be for the period beginning January 1, 1998 and concluding on December 31, 2002, subject to the continuing appropriation of funds by the SWDD for the services to be performed by the terms of this contract. The Contract Time for this contract may be extended for a period not to exceed five years, at the sole option of the SWDD. Indian River County will notify the Contractor nine (9) months in advance of the end of the first 5 year contract of its intent to renew the contract for an additional 5 years and to begin negotiations. A-3 pitea° ARTICLE W CONTRACT DOCUMENTS The Contract Documents which comprise the entire agreement between the SWDD and the Contractor, attached hereto and made a part hereof, consist of the documents listed in the Table of Contents of the Contract Documents and the documents identified below. Addenda if issued Addenda 2.3. and 4 The Addenda are located in Section 00900 of the Construction Contract. CONSTRUCTION PROJECT DOCUMENTS (a) Construction Bid Form (Section 00300) (b) Certificate of Compliance with Florida Trench Safety Act (Section 00301) (c) Power of Attorney (for surety bond only) (d) Qualification Questionnaire (Section 00430) and Clay Liner Questionnaire (Section 00302) (e) Schedule of Suppliers (Section 00450) (f) Alternate Suppliers (Section 00460) (g) Non -collusive Affidavit (Section 00480) (h) Sworn Statement Under Section 287.133(3)(a), Florida Statues, On Public Entity Crimes (Section 00481) (i) Swom Statement under Section 105.08, Indian River County Code on Disclosure of Relationships (j) Authority to Execute Contract (k) CPM -based Preliminary Progress Schedule (Section 00100) (1) Acknowledgment of Addenda (m) Estimated Monthly Draw Schedule for Construction Payments Operations and Maintenance Plan Information submitted by the Contractor prior to the time the County issues Notice of Award: Notice of Award. Notice to Proceed. Any contract modification duly delivered after execution of this Agreement. This Agreement executed the day and year first written above. A-4 001 $11$1.$1111/,// \�I ty .i. �i61 y • ' ' ,• -' BY: ;I/ ; •:'� �, • . • . , - Carolyn IJEggert, C . tf' an Board of Commissioners Solid Waste Disposal District SOLID WASTE DISPOSAL STRICT OF INDIAN RIVER COUNTY Jeffrey K. Barton to the Bo tt�1 �.e CONTRACTOR Wei& -c �,44.)46P n .wvc. of F6a04 ,Il,.�. 0 (1(i.- S. eS. r-, Cleat VA9/ F . .. ..1. s l, Atte . i Ona ,; • lan, Senior Counsel j ; '.1 it. , Coi t ' * rati 1 sign by President or Vice President attested by Secretary or other�autt.tiorized,:•..,:'• This instrument has been pre -audited in the manner required by the local Government Budget{ and Fiscal Control Act. BY: official and corporate seal. Je y '.S' ' ,CPA Finance Officer of Indian River County This instrument is approved as to Form. Charles P. Vitunac Indian River County Attorney WrrhiTdi .11 A-5 / bp06/7/10.20.91 �:R"!'�6•;L u... r ��t i}}��i �'t "Vr,7� (d�, ,�\,>:YS:�'�_t �4 •Ya.}T.',kp: •:��i�.'',r. � ,r .•s � . a ,,.�;:, A CERTIFICATE AS TO CORPORATE PRINCIPAL I, Susan C. Nustra, certify that I am the Assistant Treasurer of the Corporation named as PRINCIPAL in the within Bid Bond; that Donald S. Haufe who signed the said Bid Bond on behalf of the PRINCIPAL was then Assistant Secretary of said Corporation, that I knew his signature, and his signature thereto is genuine; and that said Bid Bond was duly signed, sealed and attested for in behalf of said Corporation by authority of its governing body. WASTE MANAGEMENT INC. OF FLORIDA Y .01.4 e san C. Nustra Assistant Treasurer WATROMIEmmaemmgmmOMINIII GENERAL POWERAT4DEPY FIREMAN'S FUND INSURANCE COMPANY udandexistingunderthelavnot KNOW ALL KEN BY THESE PRESENTS: That FIREMAN'S FUND INSURANCE COMPANY. aCon tenti. co unity► organized and appointed. and dna by these the Stateof California. and apppooiand having nt principal office in the County of Marin. State of California, has presents DONALD S. HAUFE, KAREN E. oreverally GARD, REBECCA R. AL E . s LINDA M. MAKDAH, MELISSA M. NEWMAN, jointly Benue HinMeruGAQ? IL h}+n•faet.with or other autborityure •P and uad.tare-ute�s�_aekn-wlediteand deUverany ad all bonds. undenakioi. taognisnoes with the cotpotate seal Of the and to bind the Corporation thereby as fully and to the same extent as it such bonds were sign �,}in President. y do in seated with tithe co Corporation and duly attested by its Secretary, hereby ratifying and confirming all that the said Att ors - This power of attorney is granted punuant to Amick VII. Sections 4S and 46of By-laws of FIREMAN'S FUND INSURANCE COMPANY now in tell tote and effect. r/p/aieA!/ta ..Ai VU.A etmotledAtatte ltyelg;e.lb.tSeereeseies.Aeree., Jdmom Ls aet.Am Amos se ..1h.Aad by re M.rd�et Seam �. Abrin eseef. TM CMMtf Di a the Beard of Obtor s.m the Presidio, t m V floe Itso to see s. apt entrees taaydeS.teisWtef the A the FSd rep eseelf the limed ed.ct fee e.MMW t ethe t the Freakiest or ay nd Agents to amp Ito roam owe atom appeesumes Cerpee.tl... t wMs.eiat Seeder M. AellSerN The setierIty of seed Reddest AssWaat Secretaries. Atter.ses.i -I.ce and Agents si=r he IMS *� y Nenmeat. wetedu de* M9elettaW.Are ta tsemis eetsedanenthenitytn.tedMend mei bewekNatt.yNmtytieMud mite 'web a,PeMM • d of Directors of FIREMAN'S FUND lids power of attorney is sherd and sealed undcr.and by the autbmitn of the Mowing Resolution adopted by the Board amended f ��; INSURANCE COMPANY ata mectiagduly alkd and held on the Te day of Aujwt.19S4. and said Resoiuuoe has notand tAs of fhb "RESOLVED. that the signature of any Vice -President. Assistant Secretary. and Resident Assistant Stesetary of this Corporaden. and to. by fadmile• Consolation aybeaffixed orprinted onany power ofattorney. onany invoationotanyPower otauomel.oeona�r hentofacsimile seal shall be dandbimlle. and any Power of =tomes, any re: o =tion of any power of attorney. or csnificue baring such facsimile signature nding upon the Corporation" IN WITNESS WHEREOF. FIREMAN'S FUND INSURANCE COMPANY bas caused these prams to be signed by Its Viot.Penident. ad W oorperata sal to be hmeunto affixed this lith day of. March ..19/6_. ,•',. f...,:-.. .''4 L. s .. ,'4,C. to' STATE OF CALIFORNIA as. COUNTY OF MARIN On this 11th March M. A. Mallonce day of l9 9 6 . before ms Peseaalb e.mt to me known. who, being by me duly sworn, did depose and say; that he is Vice -President of FIREMAN'S FUND INSURANCE IRsaid instrument PANY. the mmentsmoment described in and which executed the above Instmment; that he knows the sal of t C mention; at w name two by tike order. sal; that it was so affixed by order of the Boud of Directon of said Corpmation and that be IN WITNESS WHEREOF, 1 have hereunto set my had and affixed my official seal, the day and year herein fist above written. By A. KRIEGER > k rovt.t e;non 2 WIZ .mole c-a• . rcnr,. 0 s� .,-.-•-.v—• STATE OF CALIFORNIA COUNTY OF MARIN CERTIFICATE ID. I. the uudenlSaed. Resident AuUunt Secretary of FIREMAN'S FUND INSURANCE COMPANY. a CALIFORNIA Corporation. DO HEREBY CERTIF that the oendsnacedPOROFATIONEY remains iffoc and hinot kedudthat Article VII. Senioa4Sand 46 the hfgothantuof aOircfonb the Pone ntome. a Sigurd and staled at the County of Main. Dated the ISI_ day --LI% .19 97 7d01I2-1F--1147 �,.r. a rldr,•.,...�.p.., s:: .Ve• • %,1,..N:!?::'Mi::r:'Y±`ViigmnFs:.g.M.Sr:.f zMKcAr�e�7:.'"�'r�'l:+i•.1`v`,YY.- Pa*fi1,�'`.,�.I, era....... Rand hilta■u%fwd • Sears Tower, Suite 1900, 233 South Wacker, Chicago, IL 606064308 PIIIIVORMANCE GOND KNOW ALL MEN DY THOSE PREUENTih IRewi Monts ors 1112T380Sn That WASTE MANAGEMENT INC. OF FLORIDA, as Principal, and FIREMAN'S FUND INSURANCE COMPANY, os Surety, are held and firmly bound unto INDIAN RIVER COUNTY, FLORIDA, os Obligee, in the sum of Seven Hundred Fifty Thousand and 00/100 Dollars ($750,000.00), for the payment of which sum, well and truly to be made, the Principal and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal hos entered into written contract dated 11/04/1997 with the Obligee for OPERATION OF CLASS I LANDFILL in accordance with the drawings and specification prepared by which contract is by reference made o port hereof and is hereinolter referred to as the contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION 1 such that, if Cent eda shall promptly and faithfully pions said Corked, then this obligation shell be null and void; otherwise it shop remain in full fora ad .ffd. The Suety hereby waives notice of any alteration or ..halon of tine made by the Owner. Whenever Contrador shall be, and declared by Own.►to be in defeat under the Co *od, the Ower hewing performed Owner's abtgetio s thereunder, the Surety may promptly reedy the default, or shall pram Afy - 1. Complete the Conked in accordance with lts semis and co n/Mans, or 2. Obtain a bid or bids for completing the Centred in oecadonce with Detains and emulsions, and upon d. eminahon by Sway d dw lowed responsible bidder, or, if the Owner elects, upon determination by the Owner and the Suety lardy el the lowest reepauible bidder, arrange fora centred between such bidder and Owner, and make available as Work progrewes (even though them should be o default ora nrco.esion of delauls under the centred or carhads of completion «ranged under this paragraph) sufficient funds to pay the cast of completion lase the balance of the conked price; but not seceding, including other alts and domwgss for which the Suety may be table hereunder, the omowd set forth In the first parogroph hereof. The term 'Wonted the comma pies; as used in this paagroph, shall mean **Idol amount payable by Owner to Contrad« under the Centrad and any amendments thereto, less the amount properly paid by Owner to Contradict. My suit under this bond must be instituted before the expiration d two (2) yeas from the date on which final pelmet* ander the Centrad foils du*. No right d odion shall °corse en this bond to orf« the use of a y person executors, administrates or succeeders of Owner. L Signed, Seated and Doted 11/04/ • 97. Ii'../' Wi ess WASTE MANAGEMENT INC. OF FLORIDA, (Prinapal) WMI and 25029 FIREMAN'S FUND INSURANCE COMPANY, (Surety) By: Ali intic, t rn .VYlakcsP Linda M. Mak ah, Attorney -In -act Peter - . tctrng Flora a Resident Agent STATE OF ILLINOIS COUNTY OF Dame On this 4th day of November 1997, before me personally appeared Linda M. Makdah ,known to me to be Atorney-in-Fact of FIREMAN'S FUND INSURANCE COMPANY the corporation that executed the within instrument, and acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed by official seal, at my office in the aforesaid county, the day and year in this certificate first above written. PATTY J. KENI "OFFICIAL SEALS " azo NOTAh 4IPILIC. STATE OF ILLINOIS My Commission Wires 10/17/99 acomommzeiwommararimammisrmummatuMENIIIIIIIIIIIIIIIIM 11 • 4L4 tt ui,1, GENERAL POWER wa OF FIREMAN'S FUND INSURANCE COMPANY KNOW ALL MEN BY THESE PRESETS: That FIREMAN'S FUND INSURANCE COMPANY. a Corporation duty organized and existing under the the State of California'. and baving its principal office in the County of Marin. State of California. tau made. constituted and appointed. and does I prsentsmake,eonstituteandappoint DONALD S. HAUTE, KAREN E. BOGARD. REBECCA R. :._VES. LINDA M. MAKDAH, MELISSA M. NEWMAN, jointly or severally CHICAGO IL its true and lawful Attorney(s)•in•Fact, with full power and authority hereby conferred in its name. place and stead, to execute. seal, acknowledge and del and all bonds, undertaking, recognisances or other written obligations in the nature thereof • and to bind the Corporation thereby u fully and to the same extent as if such bonds were signed by the President. sealed with the corporate seal Corporation and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)•in•Fact may do in the premises. This power of attorney is grantedpursuant to Ankle VII. Sections 4S and 46 of By-laws of FIREMAN'S FU ND I NSU RANCE COMPANY now in full fi effect. "Article VII. Appointment sod A0ebeAtyof R&O astSecrearies. Amatory-la•Facl and Agin to accept Legal Proem and Make apportions. SenUos 45. Appalstasest. The antennas of tie Board of Directors. the President. soy Vice-Ptesident or say other poison authorised by the 1 Directors. the Chaimas of the Board of Directors. the President or any Vice -President may. from cisme to time. appoint Resident Assistant Secret. Attoeoeys-lu-Fsa to reposes. sad sec for and on behalf of the Corporation sad Agents to accept legal process sad make appearances for sad on bean Cnrpontian. Socias 46. Asubority. The sutb5Aty of snob Resident Mildest Secretaries. Attorneys-in•Fact sad Agenis shall be as prescribed hi the instrument es, Moir sppoistmest. Any stab appoistmestsod all outbotisy grated thereby may Ise revoked at any tine by the bard el Directors or by soy person tempo wake sect sppoisl est." This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of FIREMAN': INSURANCE COMPANY at a meeting duly called and held on the 7th day of August, 1964. and said Resolution has not been amended or repealed: "RESOLVED. that the signature of any Via -President. Assistant Secretary, and Resident Assistant Secretary of this Corporation. and the sea Corporation may be affixed or printed onany power of attorney. on any revocation of any power of attorney. or on any cenifcate relating thereto. by h and any power of attorney. any revocation of any power of attorney. or cenifrate bearing such facsimile signature or facsimile seal shall be valid and upon the Corporation:' IN WITNESS WHEREOF. FIREMAN'S FUND INSURANCE COMPANY has caused these presents to be signed by its Vice•President, and its c nal to be hereunto affixed this 11 t h day of March Jo STATE OF CALIFORNIA a COUNTY OF MARIN 11th March 96 M. A. Mallonee On this day of . 19 , before me personally came to me known. who, being by me duly sworn. did depose and say: that he is Vice•President of FIREMAN'S FUND INSURANCE COMPANY. the Cot described in and which executed the above instrument: that he knows the seal of said Corporation: that tat seal affixed to the said instrument is such. seal: that it was so affixed by order of the Board of Directors of said Corporation and that he signed his name thereto by like order. IN WITNESS WHEREOF, 1 have hereunto set my hand and affixed my official seal. the day and year herein first above written. By FIREMA; J,LJ DI ' COMPANY Vi.r riewa ni �'`g„ r•rt:1•: 0. ' - e• . 1 .•... L :: • •• STATE OF CALIFORNIA COUNTY OF MARIN 1 CERTIFICATE a. 1, the undersigned. Resident Assistant Secretary of FIREMAN'S FUND INSURANCE COMPANY. a CALIFORNIA Corporation, DO HEREBY C that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked: and furthermore that Article VII, Sections 4S she By-laws of the Corporation. and the Resolution of the Board of Directors: set forth in the Power of Attorney. are now in force. Signed and sealed at the County of Marin. Dated the 4th day of November kvtif 360713—FF--11-67 • 14 fv; :a Rrudem A.ufum ke,rirr 1 1 Near North Ins Brokerage, Inc. 875 North Michigan Avenue Suites 18, 19, & 20 Chicago, IL 60611 : { Issue DAIS n io/16 THIS CERTFICATE SS ISSUED AS A MATTER OF INFORMATION ONLY IND CONI NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT A EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POUCIES BELOW. ao0e 134/97390 suaeooe Continental Casualty _Cowan INSURED Waste Management Inc. of Florida 2700 Northwest 48th St. Pompano Beach, FL 33073 CO LTR COMPANY n LEITER tETTIN E a0" . /6✓./�'�.d� / <3 it nsn�`a`3� �.�. f-.%>%: :?7 ` % •;s`g�c��h' btho `'}r�� � �.• �����::o�fY3:�i:�..Scan:>,.Si.�a+...�ffa'%X:�Bi::L+.:isiT.:vr.:�i:\a.,.nS:v..:<:1yS.o'a �'.yla�S+.`�`K<\' ��t�� THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY INDICATED. NOTWTHSTANONNO ANY REOUMREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WfTH RESPECT TO WWC CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POUCIES DESCRIBED HEREIN IS SUBJECT TO AU. THE EXCLUSIONS AND COMMONS OF SUCH POLICIES. UNITS SHOWN MAY NAVE BEEN REDUCED SY PAID CLAIMS. TYPE OF MIi1NMNCI 'COACT FIGIN ell POUCYEFFECTVI POUCYOIPMATNNI DATE flAWDONT) SATE (I1*I1DLWYI amimakissomy A X OOWIER k GENERAL 1WLIIY i s (OASIS FACE ®OCCUR GRAFTS N OOIRRALTows PRAT. pROD/COMP GL161790505 5/15/97 5/15/0 ALL NLDT* MI TIIOIMANN I OfPIb0001f001/ID,! AGGREGATE OPERATIONS GENERAL AGGIIEGATE P[IOOMLL•ADABAT GIAAJNY UCH 00:11AINDCE RIOG INIE{M,v***M OTIEII TI AN UMINE1. A FORLI WORKERS COMPENSATION AND IIMPIOTIAS' MAMMY WC161790469 5/15/97 5/15/0 oMER 'Lwow IMVUOM& • 5.ODOIEAONAoea s 5.000 �I s 5_ n n 0 IDel1Me{AO Nnas1Tlo4 01 DPERAnousnAcATIOMWEMIC4UMISTRIC110MSfSFICML ITEMS 11 operations and the equipment of the insured. dditional Insured: Indian River County, Ardaman & Associates and Engineer .MR! 1997: .70 *CERTIFLCATE,;HOLCER: .V4 i 2 H.H..n�..,•N;.,... .. + ::3%s> •><:f:•�:%Y�fi>:>v,CANCEUATI :�.,�;OA03.3:�1r..1..4YG:CS,:w:S7SXikYtii.'l,At4.vn.vliY<.+ SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEF EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL IMe y:i MAIL_,.g,O0AYs WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED XMOR,kX744CVIXIMMa{tatI144kMIXXXX j: AUTMOROED REPRESEMTATVE Indian River County, Florida ;Board of County Commissioners 444o 25th' st. :Pero Beach, FL 32960 %��/�.�51�..' ..:,rs,.?;<.. ;;:i r.r; k.grt .5?>%sVS<«y"f> ar=�`:% '{;"�;e^c."' `;�•:S:?trr ;;aye<><ae:.GOR _ ..��.C`!.. •r`^Jn,�+.n. .N '.:i�:: <:;.f�. :.A.. +h.. .x3:.: :'.+'^%f+: "Y$! '. t`::,:'.^:`G. .� `:'f'i. ".':i'y..�::..'Y.e;y. nfl;. i �w AIITONOEILeussm Y I.ELa�ALSIaEMeeIM,.�.,r� ocompeo $ A"r"`�O ALL GAMED AUTDS BUA161790472 5/15/97 5/15/0 urs $ 5.000 sootSCHEDULED vasslvr q $ OS N/is0AYT0e iCDA.V WOW NONQYMAi0A1l00 KamS GARAGEtuWKITY �AaMlnq PPOKRIV ' _ X MCS -90 1 uussuaeWTy OTIEII TI AN UMINE1. A FORLI WORKERS COMPENSATION AND IIMPIOTIAS' MAMMY WC161790469 5/15/97 5/15/0 oMER 'Lwow IMVUOM& • 5.ODOIEAONAoea s 5.000 �I s 5_ n n 0 IDel1Me{AO Nnas1Tlo4 01 DPERAnousnAcATIOMWEMIC4UMISTRIC110MSfSFICML ITEMS 11 operations and the equipment of the insured. dditional Insured: Indian River County, Ardaman & Associates and Engineer .MR! 1997: .70 *CERTIFLCATE,;HOLCER: .V4 i 2 H.H..n�..,•N;.,... .. + ::3%s> •><:f:•�:%Y�fi>:>v,CANCEUATI :�.,�;OA03.3:�1r..1..4YG:CS,:w:S7SXikYtii.'l,At4.vn.vliY<.+ SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEF EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL IMe y:i MAIL_,.g,O0AYs WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED XMOR,kX744CVIXIMMa{tatI144kMIXXXX j: AUTMOROED REPRESEMTATVE Indian River County, Florida ;Board of County Commissioners 444o 25th' st. :Pero Beach, FL 32960 %��/�.�51�..' ..:,rs,.?;<.. ;;:i r.r; k.grt .5?>%sVS<«y"f> ar=�`:% '{;"�;e^c."' `;�•:S:?trr ;;aye<><ae:.GOR _ ..��.C`!.. •r`^Jn,�+.n. .N '.:i�:: <:;.f�. :.A.. +h.. .x3:.: :'.+'^%f+: "Y$! '. t`::,:'.^:`G. .� `:'f'i. ".':i'y..�::..'Y.e;y. nfl;. i �w ��^^,4,.]��ry.T; w.•1i}:j?�G ,�pp'��j Kyr �,• �74� FK+�i':i:c t?��'�t,'4-'•.r' w%;:; :v't5 it J2 i � j:,`�,<<�}¢`�'.�Y ...n.....v.... n..rm #7ri % ,/ i'{.7 'T' W' :a'{' " l is �.... t / r5 ni,5'� ,1 ."': :>•'>.IXY,'A7ailj�$XACvb'."2 �>. '�*.. (/' <riSs"Aih�'':ro���N fdi'1td+�:$` . �':^ � '�' :�i1. 2 ).',.r,{!!r.:ii £:Y't a'1'• ^y`. �f, w,34' "r .: ��rtr'." n�'J'Y ttr ::3. '3., .c y' t;':ngv,VSs'..`.,^�-R�i•'i;�'.9'r>0'�' oS' 3% WIR OARI) ��� 111: � NNC��.:�... <,fY ��.:� ,.� • . , .� ,v.: ,,,5' f' i Vis. s. "� y,sz,•"r..,f ,,s yr �'?=' :y .: n 10/16/97 ' . . s« ' 3:. >q r £>r a Xt.xszwx f!l . o2Yr%F3 ' PROMO= THIS CER TWICATE IS ISSUED AS A MATTER Of INFORMATION ONLY AND CONFERS Near North Ins Brokerage, Inc. NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND EX 875 North Michigan Avenue TEND OR ALTER THE COVERAGE AFFORDED SYTHE POLICIES BELON. Suites 18, 19, & 20 Chicago, IL 60611 COMPANIES AFFORDING COVERAGE WM coos 134/97390 seoo[ w COMPANY A LETTER Continental Casualty Company =MANY NOM° I ■ LETTER B Waste Management Inc. of Florida 2700 NorthWest 48th St. COWAPPI c WIER Pompano Beach, FL 33073 1 LETTERo• �/ ��4YE�/!�//�j///G/�//�/ %er/.//���N�%��v����suun,v,is .m.m Yta( ,sutmeac_�\�ljc THIS IS TO CERTIFY THAT POLICIES Of INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS EXCLUSIONS AND CONDITIONS OF SUCH POUCIES. UNITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 1 CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO AU. THE TERMS. co LTR RPE Of INSURANCE POLICY 111/61401 PAnY ALL IILNIEMTIIOOiANOO 3 ,SEINERALwNU1Y `OFJNEINLAO3IMGAR s 5,000 As X oOMMERCNL 00EI141- uAwrrY GL161790505 5/15/97 5/15/00 " C°S. PSSUSSESSIS s 5,000 "'al?, Icuemiu OE FI owuR PERSONAL •AOrertwlo.NURtl • 5 000 EACHOOOJRREIICE s • 5,000 0OWNER51100NMACrORBPROT. „$, pROD/COMP OPERATIONS now MIME smNM ., • 5, 000 X CONTRACTUAT. MEOCKWORE Mom awPweml $ A,,,.X. 0 AUTONOOILEMAMMY w}MIYAIRO BUA161790472 5/15/97 5/15/0 OONIHED mow 5.000 oikry:K'r;^' s "'I "---' ALI*MAC' AUTOS SCHEDULED AUTOS SCOW *WRY pmIIrmorI 1 `#!> .`>S{";•2r^.: <,„ ^ •• �., g ....x. HMO AUTOS NON-0MRIEOAUTOS OOORY AralamM'x 1 �• r FM, X OARAOEUADAlr' MCS -4D • i '`t.iPROPERTY a�l!y,>,; .,i' it MISSNAEINTY ~— OMERTMNUMBRELLA FORM •` Ci OOCLMIIENCE II .1 t^,^.... E e WORXIN$COMPENEATON f sa..., � ; >� : r>>f r..,:.• A AAA WC161790469 5/15/97 5/15/0 000 [YPLOYERs'LLIILITY 5 __ 1 1 • 5 000 a4ol$r emo' 1! OTMER . SUCIMPTION OF OP1 TIOMS1LOCATHMISIV1i4 $1RESTRICT1OMSISP[CmL ITEMS 1:11 operations and the equipment of the insured. dditional Insured: Indian River County, Ardaman & Associates and Engineer FMR: 1997! _70 �EF:TIFN:ATE.. LD ,y a"..'.,:.:.. '. :. ... ;... , 110 ERS^<%ii>` 5{��;t;G s3zr;s_ .SK�':r < t U af'< ' r!fel.CE : x:, .: ,:a x,; 0:0 3' , a. h.�t y<v.�:.sc�u�:'>^,...LLITtON,:,>::r;;�s:.:!:...:,.•'z•?'.. ::'x :>;.:a:..;.^ a-. ;<>ta:s�r<;;f.:x:> •. r:..:: ,.r..r'...«n..:sm•-�.:.::.:::.�..."....,.•..:.�•'.,tta», lu .�kr.>;C�,:i::a�,. c.k•.. 'r.r^�,".'...'.aw..,.:w....:;.:,:�.>n.,:,�::rsa:....;;.'v..:n.•r .�R3::s.J�:::dada.:;isiG3i.>:c.>;a>sh».vr.t2.t�,ann�nxw•:o'.... ' SHOULD ANY OF TME ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE :Indian River County, Florida EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL %LR XW • Board of County Commissioners f4 MAIL_ADDAYs WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAILED TO THE '0:40 25th' `St: s. LEFT XINKP]44FDCXf[!4'RUCIROMMENXMNXX CIMCWAW CIRIO411X9t9C Vero Beach, 'FL 32960 f X419{9NXRIK7FXN71RVA9NDDR INNENXX XX 0 3. AIITMOALTISOREPREHMTATTYE e K� �' f'l::^•aN\'<P:Jr..}'•''.. •%:r'S'':C:U..S{r:A�:Yns'ryn,;:-Y:".:p.. ., i,/.n.w».^,v:.....,,:'.....,..'m.'.^.m......r:. .':.Z3SiS., ^�,r. r.:< . : '";3'>�,:.a . .:t.. ..:e>.•,;; r� .: M r•:::......-.-$.....:-�. !�>. ,,. •<,z z .' �<>.v:.,•!,.-...y.• ACORID COR tr �CQIiQ : W .... ; ,� �:. ^ . �.. ;�a: ^ : .., .. � � 'PORATION 11BB>'', ii 'i' s: }..� t41ae;•'i ; ?'}���c:T.S i:: ::j�v�=3���7%a•. '4• ±:p. _I:.S.I...yxt�a>�1 'M`''.'. i ACORD ,'CERTIFICATE rOF=L1AB__I PRODS' ERS Sepia w: 01238 AON RISK SERVICES, INC. OF ILLINOIS 123 NORTH WACKER DRIVE CHICAGO, IL 60606 ATTN: INSURANCE VERIFICATION CENTER C E . .. _ .. , i' Di►TE twaaoor INSURAN .. .. 1a17/ ° ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELO F COMPANIES AFFORDING COVERAGE 1.8004 -VERIFY / FAX: 1.312.701.414314144 A NATIONAL UNION FIRE INS. CO. OF PITT5t3URGH, PA zr tit 1N5URE0 Compare B WASTE MANAGEMENT, INC. OF FLORIDA 2700 N.W. 48TH ST. COMPANY POMPANO BEACH, FL 33073 C z COMPANY • D • Ili+ CDYEi:AGES.at,y`M�I �.,.". �t'?c�'_=`Tiov -Z-"s•'�"suitlit ti£:,:•'::. ••4-..-:-- -iv 'ti to ;•C' ATO 1? _i i�:, .. 4, —Tills -TS. 70 C RTIF HA NEP LICIES OP INSURAN4CE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR ME POLICY PER100 INDICATED. NOTWITHSTANDING ANY REOUIREMENT. TERM 0R CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED B Y THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE SEEN REDUCED BY PAID CLAIMS. COPOLICYEPFECTWE POLICY EXPIRATION TYPE OF INSURANCE POLICY NUMBER DATE IMWODIYY) DATE(MMIOOfVY) LIMITS GENERAL LIABILITY GENERAL AGGREGATE 1 COMAIIRCIALGENERAL LWartY ! PROOUCTS•COMNIPAGO S CLAWS MADE ^• OCCUR . PERSONAL aADV WJWIY 1 OWNERS a CONTRACTOR'S PROT . EACH OCCURRENCE i 11w�1� ' FIREOANMOE (AftwrRn) 8 ' WO EXP (Any Repommy 1 AUTOMOBILE LIABILITY ANY AUTO •COMBwEO SINGLE LIMIT ALL OWNED AUTOSB000.Y INJURY S — SCHEDULED AUTOS (P It l) -HIRED AUTOS 'DOILY INJURY Y 1 NON.OWNED AUTOS PROPERTY DAMAGE • s f((��1�1 GARAGE LIABILITY AU TO ONLY • EA ACCIDENT 1 '— ANY AUTO OTHER THAN AUTO ONLY U r EACH ACCIDENT 1 AGGREGATE 1 EXCESS LIABILITY EACH OCCURRENCE 1 UMBRELLA FORM AGGREGATE 1 OTHER THAN UMSRELIA FORM 8 it WORKER'S COMPENSATION AND ?O IMI TS lir ••y,. EMPLOYERS' LIASIUTY •EL EACH ACCIDENT 1 ^'E^I"'OiTO"I —WCL EL DISEASE • Payer user 1 PMIMIIssueseUTA4 DPP4VIS ML EXCL EL DISEASE •EA EMPLOYEE 1 OTHER A POLLUTION LEGAL 'PRM 9210461 04/25/97 04/25/98 ANY ONE CLAIM s 1,000.000 •LIABILITY ANNUAL AGGREGATE S 1.000,0 iry tisb,..i.iiur. u► uICHAI WMbiLu1.A I IUMi,VtNIKiYAwiWll ILL ADDITIONAL INSURED: INDIAN RIVER COUNTY, ARDAMAN & ASSOCIATES AND ENGINEER d:y sn CERTIFICATE HOLDER ;-...:,,: .: :r.:: •--•.:_ • CANCELLATION .. . ' . • . '•. •• •: •• ••- ' la INDIAN RIVER COUNTY, FLORIDA BOARD OF COUNTY COMMISSIONERS SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE TN EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL �cxrAia�>s,X>/ac MAIL 60 DAYS WRITTEN N0110ETO THE CIRIIFICATIHOLDER NAMED TO TIE LIFT, )61fKKIOWEXAXIIVJEKXVII(dfIX11111XA4X&XXXISIl XXIX 1840 25TH ST. VERO BEACH, FL 32960 )11XyX/XXXXXXXXXXX1EXXOQItXi6a AKKXK16D(! XXXX.80101•X XX AU iX1P'I14 r/Cr iN IA 'WC _ "�':•r"""'�m ACORD'CORPORATIDK'1 #'; ACOIRD'07011.8 r-.. 7.77.7 4 . - . _. .:_........ _. .. . _ .. - O:VMOROI YMUTTXXCERTICERTIFIC.FMA AONWIIIX.FP3 TIS' IPT.R1 .GAJ Article GENERAL CONDITIONS Table of Contents Tills P0_# 1 Definitions ► GC -1 2 Intent and Execution of Documents GC -2 3 Clarifications and Detail Drawings GC -3 4 Copies of Drawings and Specifications GC -3 5 Materials, Equipment, Employees GC -3 6 Royalties, Licenses and Patents GC -4 7 Permits, Inspections, Fees, Regulations GC -4 8 Protection of Work, Property and the Public GC -5 9 Inspection of the Work GC -6 10 Construction Supervision GC -6 11 Separate Contracts and Contractor Relationships GC -7 12 Subcontracts and Subcontractors GC -8 13 Contractor and Subcontractor Relationships (Not Used) GC -8 14 Director's Status GC -8 15 Changes in the Work GC -9 16 Claims for Extra Cost GC -11 17 Minor Changes in the Work GC -11 18 Uncorrected Faulty Work GC -11 19 Correction of Work Before Final Payment GC -11 20 Correction of Work After Final Payment GC -12 21 County's Right to do Work GC -12 22 Termination for Cause GC -12 23 Payments for Class I Landfill Operations and Maintenance GC -13 24 Payments Withheld GC -14 25 Insurance GC -14 26 Irrevocable Letter of Credit GC -16 27 Force Majeure GC -16 28 Assignments GC -17 29 Use of Premises GC -17 30 Cutting, Patching, and Digging GC -17 31 Guarantee GC -17 32 Codes and Standards GC -17 33 Indemnification GC -18 34 Taxes GC -19 35 Equal Opportunity Clause GC -19 36 Additional General Conditions GC -19 ii b00656%043O47 ARTICLE 1 - DEFINITIONS GENERAL CONDITIONS a. The Agreement consists of the General Conditions of the Agreement; Special Conditions; Supplementary General Conditions; the Drawings and Specifications, including all bulletins, addenda, or other modifications of the Drawings and Specifications incorporated into the documents prior to their execution; the proposal; the Agreement; Insurance Certificates; and approval of County Attomey. Articles (1) through (4) apply to both the operation and construction projects. Articles (5) through (36) apply to the - Operations Contract only. The General Conditions, Supplementary Conditions and Specifications which are part of the Contract Forms and Specifications for the Class I Landfill Infill - Segments I and II shall apply to that portion of the Work. b. The Owner is Indian River County. c. The Chairperson is the Chairperson of the Indian River County Board of County Commissioners. d. The Director is the Director for Solid Waste Disposal District of Indian River County or his designated representative. e. The Contractor, as referred to hereinafter, shall be deemed to be the contracting party called the "Party of the First Part" in either of the several contracts in connection with the total project. f. A Subcontractor, as the term is used herein, shall be understood to be one who has entered into a direct contract with the Contractor, and includes one who furnishes materials worked to a special design in accordance with Plans and Specifications covered by the Agreement. Subcontractor shall be directly responsible to the Contractor only. g. Written notice shall be defined as notice in writing, by registered mail to the President of the Corporation or to a company official designated in the contract. h. Work, as used herein as a noun, is intended to include, but not limited to. material, equipment, labor, maintenance and workmanship of the appropriate Contractors. i. County Landfill Supervisor. The County Solid Waste Disposal District Manager shall be the designated individual of the Solid Waste Disposal District Director who shall be responsible for the daily monitoring of the progress and performance of the Work. GC -1 00065610940.97 Change Order as used herein shall mean a written order to the Contractor subsequent to the signing of the Agreement authorizing a change in the Agreement. The Change Order shall be signed by the Contractor and the SWDD Director and the SWDD Board of Commissioners. k. Time of Completion as stated in the Contract Documents is to be interpreted as consecutive calendar days measured from the date established in the written Notice to Proceed, or such other date as may be established herein. (Article 22) 1. Liquidated Damages as stated in the Contract Documents is an amount reasonably estimated in advance to cover the losses incurred by the County by reason of failure of the Contractor to complete the Work within the time specified. m. Surety, as used herein shall mean the Bonding Company or Corporate Body which is bound with and for the Subcontractor, and which engages to be responsible for the Subcontractor and his acceptable performance of the Work. n. Third Party - An individual or business that is not under the employ or a part of any organization the Contractor has financial interest in. o. Engineer - Shall mean Camp Dresser & McKee Inc., a professional independent engineering firm or any other professional independent engineering firm designated to assist the County in the Work by a separate agreement entered into by the County and said firm. ARTICLE 2 - INTENT AND EXECUTION OF DOCUMENTS a. These Operations Contract Documents and Operations Contract Specifications are complementary, one to the other. The Infill and partial closure Construction Contract Forms and Specifications and plan set are also complementary to each other. The Operations Contract Documents and Specifications are not complementary to the Class I Landfill Infill Segments I and II Construction Contract Documents and Specifications. That which is called for in a section of the Operations Contract Documents, or shown on an Operations Drawing or called for in the Specifications shall be as binding as if it were both called for and shown. The intent of the Operations Contract Documents is to establish the scope of all labor, materials, transportation, equipment, and any and all other things necessary to provide a complete job. In case of discrepancy or disagreement in the Agreement Documents, the order of precedence shall be: Form of Contract, Specifications, Large Scale Detail Drawings, Small Scale Drawings. b. The Contractor shall execute each copy of the Proposal and Contract as follows: 1. If the Documents are executed by a Partnership, that fact shall be evidenced by the word "Co -Partner" appearing after the name of the Partner executing them. GC -2 bCO65 Mo-saa7 YAW '7,7;g6W4MITOPPIEVW"wee 4"74M -Tv 2. If the Documents are executed on the part of a Corporation, they shall be executed by either the President or Vice -President and attested by the Secretary or Assistant Secretary in either case, and the title of the office of such persons shall appear after their signatures. The seal of the Corporation shall be impressed on each signature of the Documents. 3. All signatures shall be properly witnessed. ARTICLE 3 - CLARIFICATIONS AND DETAIL DRAWINGS a. In such cases where the nature of the Work requires clarification by the Director or his designated Engineer, such clarification shall be furnished by the Director or his designated Engineer with reasonable promptness by means of written instructions or detail drawings, or both. Clarifications and drawings shall be consistent with the intent of Contract Documents, and shall become a part thereof. b. The Contractor and the Director shall prepare, if deemed necessary, a schedule fixing dates upon which foreseeable clarifications will be required. The schedule will be subject to addition or change in accordance with progress of the Work. The Director shall furnish a drawing or clarification in accordance with that schedule. The Contractor shall not proceed with the Work without such detail drawings and/or written clarifications. ARTICLE 4 - COPIES OF CONTRACT DOCUMENTS, DRAWINGS AND SPECIFICATIONS Following the execution of contract, the County shall furnish free of charge to the Contractor conformed copies of Contract Documents, Plans and Specifications as follows: a. General Contractor: Two (2) sets of the executed conformed Contract Operations Proposal Documents and six (6) sets of executed conformed Contract forms, and specifications and drawings for the Class I Infill Landfill Segments I and II. b. Additional sets shall be furnished at cost, including mailing to the Contractor upon request by the Contractor. This cost shall be as stated in the proposal documents. ARTICLE 5 - MATERIALS, EQUIPMENT, EMPLOYEES a. The Contractor shall, unless otherwise specified, supply and pay for all labor, transportation, materials, tools, apparatus, lights, power, heat, sanitary facilities, water, scaffolding, and incidentals necessary for the completion of his work, and shall operate and construct in the best and most workmanlike manner, a complete job and everything incidental thereto as called for in the Contract Documents, as shown on the plans, stated in the Specifications, or reasonably implied therefrom, all in accordance with the Contract Documents. GC -3 XXOe5e' 93O 97 Contractor shall obtain written approval from the Engineer or Director for the use of substitute products, materials or equipment claimed as equal to those specified. Such approvals must be obtained as soon after Agreement awards as possible and before any materials are ordered. Applications for approvals shall be made by the Contractor and not by the subcontractors or material suppliers. The Contractor shall submit within thirty (30) days following award of Agreement a complete list of materials proposed for the job. When this list is approved, no further substitutions will be permitted except in unusual or extenuating circumstances. If no list is submitted, the Contractor shall supply material specified. Products, materials or equipment, proposed in substitution for those specified, shall be subject to final approval by the Solid Waste Disposal District and/or their designated Engineer. If at any time during the construction and completion of the Work covered by the Agreement, the conduct of any workman shall be considered by the Director or his authorized representative to be detrimental to the Work, the Contractor shall order such parties removed immediately from the grounds. It is the intention of the Agreement that the Work covered herein will not constitute in any way infringement of any patent whatsoever unless the fact of such patent is clearly evidenced herein. The Contractor shall protect and save harmless the County against suit on account of alleged or actual infringement. The Contractor shall pay all royalties and/or fees required on account of patented articles or processes, whether or not the patent rights are evidenced hereinafter. ARTICLE 7 - PERMITS, INSPECTIONS, FEES, REGULATIONS The Contractor shall give all notices and comply with all laws, ordinances, codes, rules and regulations bearing on the conduct of the Work under this Agreement. Any necessary changes required after contract award shall be made by Change Order in accordance with Article 15. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, codes, rules and regulations, and without such notice to the Director, he shall bear all costs arising therefrom. Additional requirements implemented after proposal will be subject to equitable negotiations. Projects constructed by Indian River County or by any agency or institution of the County are subject to inspection by municipal authorities and are subject to municipal building codes and all County regulating requirements. The Contractor shall cooperate with the municipal authorities by obtaining building permits as necessary for compliance. ARTICLE 8 - PROTECTION OF WORK, PROPERTY AND THE PUBLIC a. The Contractor shall be jointly responsible (that is, the Contractor and any Subcontractors) for his designated Class I Landfill area adjacent roads, the administration and maintenance building or construction of the same as shown in Attachment C and provide all the necessary protections. as required by the County, and by laws or ordinances governing such conditions. They shall be responsible for any damage to the County's property, or of that on the job, by them, their personnel, or their Subcontractors, and shall make good such damages. They shall be responsible for and pay for any claims against the County. All subcontractors shall have access to the Project for the performance of their work. b. The Contractor shall protect all portions of the Work when the Work is not in progress. Any work damaged through the lack of proper protection or from any other cause, shall be repaired or replaced without extra cost to the County. c. No fires of any kind will be allowed inside or around the operations during the course of construction. All waste materials shall be properly disposed as Class 1, construction and demolition waste or other special waste. d. The Contractor shall protect all trees and shrubs designated to remain in the vicinity of the operations by building substantial boxes around same. He shall barricade all walks, roads, etc as directed by the Director to keep the public away from the construction. e. The Contractor shall provide all necessary safety measures for the protection of all persons on the Work, including the requirements of the A.G.C. Accident Prevention Manual in Construction as amended, and shall fully comply with all State laws or regulations and Southern and Local Building Code requirements to prevent accident or injury to persons on or about the location of the Work. He shall clearly mark or post signs warning of hazards existing and shall barricade excavations and similar hazards. All the protective devices and signs shall be maintained throughout the progress of the Work. f. The Contractor shall adhere to the rules, regulations and interpretations of the Florida Department of Labor relating to Occupational Safety and Health Standards for the Construction Industry (Title 29, Code of Federal Regulation, Part 1926 published in Volume 39, Number 122, Part II, June 24, 1974 Federal Register) and revisions thereto as adopted by Florida Statutes. The Contractor shall designate a responsible member of his organization as Safety Inspector to insure compliance with the regulations cited in paragraph (f). The name of the Safety Inspector shall be made known to the Director at the time the Work is started. h. In the event of emergency affecting the safety of life, the protection of work, or the safety of adjoiningproperties, the Contractor is hereby authorized to act at his own discretion, without further authorization from anyone, to prevent such threatened injury or damage. Any compensation claimed by the Contractor on account of such action shall be N 11 determined as provided for under Article 15(c). ARTICLE 9 - INSPECTION OF THE WORK a. It is a condition of this Agreement that the Work shall be subject to reasonable inspection by the Director, his designated Engineer, and those persons required or authorized by State law to inspect or test special work for official approval. The Contractor shall therefore provide safe access to the Work at all times for such inspections. b. All instructions to the Contractor will be made only by or through the Director or his designated project representative. Observations made by official representatives of the County shall be conveyed to the Director for review and coordination prior to issuance to the Contractor. c. Where special inspection or testing is required by virtue of any State laws, instruction of the Director, specifications or codes, the Contractor shall give adequate notice to the Director or Engineer of the time set for such inspection or test, if the inspection or test will be conducted by a party other than the Director, or his authorized representative, and it shall be the Contractor's responsibility to serve ample notice of such tests. d. All laboratory tests shall be paid by the County unless provided otherwise in the Agreement or construction specifications except the Contractor shall pay for additional laboratory tests to prove compliance with the Agreement where materials have tested deficient except when the testing laboratory did not follow the appropriate ASTM testing procedures. e. Should any work be covered up or concealed prior to inspection and approval by the Director or Engineer, such work shall be uncovered or exposed for inspection, if so requested by the Director or Engineer in writing. Inspection of the Work will be made promptly upon notice from the Contractor. All costs involved in uncovering, repairing, replacing, recovering, and restoring to design condition the Work that has been covered or concealed will be paid by the Contractor. f. If any other portion of the Work has been covered which the Director has not specifically requested to observe prior to being covered, the Director may request to see such work and it shall be uncovered by the Contractor. If such work be found in accordance with the Contract Documents, the cost of uncovering the replacement shall, by appropriate Change Order, be charged to the County. If such work is found to be not in accordance with the Contract Documents the Contractor shall pay such costs unless it is found that this condition was caused by the County as provided in Article 11, in which event the County shall be responsible for the payment of such costs. ARTICLE 10 - CONSTRUCTION SUPERVISION a. Throughout the progress of the Work, each Contractor shall keep on the job a competent superintendent or supervisory staff satisfactory to the Director. The superintendent shall GC -6 '-%'<"`,ie,T;47, i C.� :i.;71�:;`:i.'a .`.,'+�-go,.' ,.,..e �„%')a+i :>?cA',,i;� }i` : " r^ . is ' bcoeM61o940A7 g�:s,�: '�'.,: .h� -,�-,• ��:`;. �:•.�' � `sit w;'t•f?.• ;a a i��i ... r`�$> % °�r,':r..{ci: rS ;, d;'r•'(a'�� .tt %• .ar"3[i'ei.r=.3i.:i .S;'-.., not be changed without the consent of the Director unless said superintendent ceases to be employed by the Contractor or ceases to be competent. The superintendent shall have authority to act on behalf of the Contractor, and instructions, directions or notices given to him shall be as binding as if given to the Contractor. However, important directions. instructions and notices may be confirmed in writing to the Contractor as will all such items if requested by the Contractor. b. The Contractor shall examine and study the Contract Documents and shall provide constant and efficient supervision to the Work. c. Contractors and Subcontractors shall be required to cooperate and consult with each other during the construction of this project. Each Contractor or Subcontractor shall lay out and execute his work so as to cause the least delay to the Contractor or other Subcontractors. Each Subcontractor shall be responsible for any damage to other Subcontractor's or Contractor's work, and each Subcontractor shall be financially responsible to the Contractor for undue delay caused by him to the Contractors or other Subcontractors on the project. d. The Contractor is required to attend monthly job site progress conferences as called by the Director or Engineer. The Contractor shall be represented at these job progress conferences by other home office and project personnel. These representatives shall have authority to act on behalf of the Contractor. These meetings shall be open to contractors, materials suppliers, and any others who can contribute toward maintaining required job progress. It shall be the principle purpose of these meetings or conferences to effect coordination, cooperation, and assistance in every practical way toward the end of maintaining progress of project on schedule and to complete the project within the specified contract time. The Contractor shall be prepared to assess progress of the Work as required in the particular contract and to recommend remedial measures for correction of progress as may be appropriate. The Director or his authorized representative shall be the coordinator of the conference and shall preside as chairman. ARTICLE 11 - SEPARATE CONTRACTS AND CONTRACTOR RELATIONSHIPS a. Contractor shall be ultimately responsible for implementation of the Operations Contract and construction projects. All Subcontractors shall cooperate with each other in the execution of their work, and shall plan their work in such manner as to avoid conflicting schedules or delay of the Work. See Article 10, Construction Supervision. b. If any part of Contractor's work depends upon the Work of another contractor or subcontractor, defects which may affect that work shall be reported to the Director or Engineer by the Contractor in order that prompt inspection may be made and the defects corrected. Commencement of work by a Subcontractor where such conditions exist will constitute acceptance of the other Contractor's or Subcontractor's work as being satisfactory in all respects to receive the Work commenced, except as to defects which may later develop. The Director shall be judge as to the quality of work and shall settle all disputes on the matter with the Contractor. GC -7 b00856109.3047 "Kr •. 7r k+44rai ;,'.ids`:•, •?.�y"'"'. c r .• c. Should a Subcontractor cause damage to the Work or property of another Contractor or subcontractor, he shall be directly responsible, and upon notice, shall promptly settle the claim or otherwise resolve the dispute with the affected party. ARTICLE 12 - SUBCONTRACTS AND SUBCONTRACTORS a. Within fourteen (14) days after award of the Contract, the Contractor shall submit to the Director a list giving the names and addresses of Subcontractors he proposes to use, together with the scope of their respective parts of the Work. Should any Subcontractor be disapproved by the Director, the Contractor shall submit a substitute for approval. The Director shall act promptly in the approval of Subcontractors, and when approval of the list is given, no changes of Subcontractor will be permitted except for cause or reason considered justifiable by the Director. b. The Director will, at his discretion, furnish to any Subcontractor, upon request, evidence regarding amounts of money paid to the Contractor on account of the Subcontractor's work. c. The Contractor is and remains fully responsible for his own acts or omissions as well as those of any Subcontractor or of any employee of either. The Contractor agrees that no contractual relationship exists between the Subcontractor and the County in regard to the Agreement, and that the Subcontractor acts on this work as an agent or employee of the Contractor. d. The County reserves the right to limit the amount of portions of work to be subcontracted as hereinafter specified. ARTICLE 13 - CONTRACTOR AND SUBCONTRACTOR RELATIONSHIPS (Not Used) ARTICLE 14 - DIRECTOR'S STATUS a. The Director shall provide general administration of the performance of construction contracts. He is the agent of the County only for the purpose of implementing the operations contract and constructing this work to the extent stipulated in the Agreement Documents. He has authority to stop work or to order work removed, or to order corrections of faulty work where such action may be necessary to assure successful completion of the Work and total project. b. Should the Director cease to be employed on the Work for any reason whatsoever. then the County shall employ a competent replacement who shall assume the status of the former Director. c. The Director or Engineer will make visits to the site at intervals appropriate to the various stages of Work to observe the progress and quality of the executed work and to GC -8 pp9856109-30.97 • ,:1 11 1 1 determine, in general, if the Work is proceeding in accordance with the Contract Documents. The Director will not be required to make exhaustive or continuous on-site inspections to check the quality or quantity of the Work. The Director's efforts will be directed toward providing the County a greater degree of confidence that the completed work will conform to the Contract Documents. On the basis of such visits and on-site observations as an experienced and qualified design professional, the Director or his designee will keep the County informed of the progress of the Work and endeavor to guard the County against defects and deficiencies in the Work. d. The Director and the County shall have access to the Work whenever it is in preparation and progress. The Contractor shall provide facilities for such access so the Director or his designee may perform his functions under the Agreement. e. The Director will not be responsible for the Contractor's means, methods, techniques, sequences or procedures of operation, or the safety precautions and programs incident thereto, and will not be responsible for the Contractor's failure to perform or furnish the Work in accordance with the Agreement. f. Based on the Director's or designee's visits and evaluations of the project, the Director shall issue interpretations, directives and decisions as may be necessary to administer the project. His decisions relating to artistic effect and technical matter shall be final, provided such decisions are within the limitations of the Agreement. ARTICLE 15 - CHANGES IN THE WORK a. The County or Administrator may have changes made in the Work covered by the Agreement. These changes will not invalidate and will not relieve or release the • Contractor from any guarantee given by him pertinent to the Contract provisions. These changes will not affect the validity of the guarantee bond and will not relieve the Surety or Sureties of said bond. All extra work shall be executed under conditions of the original Agreement. b. Except in an emergency endangering life or property, NO CHANGE SHALL BE MADE BY THE CONTRACTOR EXCEPT UPON WRITTEN ORDER FROM THE DIRECTOR AUTHORIZING SUCH CHANGE, AND NO CLAIM FOR ADJUSTMENT OF THE CONTRACT PRICE SHALL BE VALID UNLESS THIS PROCEDURE IS FOLLOWED. c. In determining the values of changes, either additive or deductive, subcontractors are restricted to the use of the following methods: 1. Where the extra work involved is covered by unit prices quoted in the Proposal, the value of the change shall be computed by applications of unit prices based on quantities, estimated or actual, as agreed of the items involved. GC -9 bp0858509.30.97 pasemongolczengsmwmfamayo,:.:a.c� r x3x 2. The Director and Contractor shall negotiate and agree upon equitable value of the change prior to issuance of the Change Order, and the Change Order shall stipulate the corresponding lump sum adjustment to the Agreement price. Standard Change Order Forms as provided in the Construction Contract Documents shall be used to execute the Change Order. d. In the event of emergency endangering life or property, the Contractor may be directed to proceed on a time and material basis whereupon the Contractor shall proceed and keep accurately in such forms as may be required, a correct account of cost together with all proper invoices, payrolls, and supporting data. Upon completion of the Work the Change Order will be prepared as outlined under either Methods c(1) or c(2), or both. e. Under Methods c(2) and paragraph "d" above, the allowances for overhead and profit combined shall not exceed twenty percent (20%) of net cost except where the change involved a subcontractor, allowance shall not exceed fifteen percent (15%) for the Subcontractor, and ten percent (10%) for the Prime Contractor. Under Method c(1) no additional allowances shall be made for overhead and profit. In the case of deductible Change Orders, under Method c(2) and paragraph "d" above, the Contractor shall include no less than ten percent (10%) profit, but no allowances for overhead. f. The term "net cost" as used herein shall mean the difference between all proper cost additions and deductions. The "cost" as used herein may include all items of materials and labor, rental value of power tools and equipment, and such items of cost as Workmen's Compensation Insurance, Unemployment Insurance, Special Insurance, Social Security and Old Age Benefit, Fringe Benefits, Bond Adjustments, Sales Tax, and prorata charges for supervision and field office personnel directly attributable to the change. Overtime and extra pay for holidays and weekends may be a cost item only to the extent approved by the Director. g. The following items shall be considered as overhead: insurance other than mentioned above, supervision, superintendents, timekeepers, clerks, expediters, watchman, small tools, incidental job burdens and general office expense, and all other items not included in "cost" as above defined. h. In all Change Orders, normal procedure will be for the Director or his designee to obtain quotations and supporting data, and verify correctness. The Director shall prepare the Change Order, secure the Contractor's signature, certify the Change Order by his signature. All change Orders shall be properly executed within fourteen (14) days of the Contractor's signature. In case of emergency or extenuating circumstances, approval of changes may be obtained verbally by telephone, then shall be substantiated in writing as outlined under normal procedure. i. At the time of signing a Change Order, the Contractor shall be required to certify as follows: GC -10 J• I certify that my Bonding Company will be notified forthwith that my contract has been changed by the amount of this Change Order, and that a copy of the approved Change Order will be mailed upon receipt by me to my Surety. A Change Order, when issued, shall be full compensation, or credit, for the extra work included, omitted, or substituted. It shall show on its face the adjustment in time for completion of the project as a result of the change in the Work. ARTICLE 16 - CLAIMS FOR EXTRA COST a. Should the Contractor consider that as a result of any instructions given in any form by the Director, he is entitled to extra cost above that stated in the Contract, he shall give written notice therefore to the Director within seven (7) days without delay, and shall not proceed with the Work affected until further advised, except in emergency involving the safety of life or property, which condition is covered in Article 18 (d) and Article 11 (h). No claims for extra compensation will be considered unless the claim is so made. The Director shall render a written decision within seven (7) of receipt of claim. Should law or ordinance require immediate action, Articles I 1(h) shall apply. b. THE CONTRACTOR SHALL NOT ACT ON O CEIVED BY HIM FROM PERSONS OTHER THAN THE DIRECTOR 0' L SUPERVISOR AND ANY CLAIMS FOR EXTRA COMPENSATION OR EXTENSION OF TIME ON 0,, ACCOUNT OF SUCH INSTRUCTION WILL NOT BE HONORED. The Director or douNTy Landfill Supervisor will not be responsible for misunderstandings claimed by the Contractor of verbal instructions which have not been confirmed in writing, and in no case shall instructions be interpreted as permitting a departure from the Contract Documents unless such instruction is confirmed in writing, and supported by a properly authorized Change Order. ARTICLE 17 - MINOR CHANGES IN THE WORK The Director or the Engineer, with the approval of the Director, will have the authority to order minor changes in the Work not involving an adjustment in the Contract sum or time for completion, and not inconsistent with the intent of the Contract Documents. Such changes shall be effected by written order and shall be binding on the County and the Contractor. ARTICLE 18 - UNCORRECTED FAULTY WORK Should the convection of faulty or damaged work be considered inadvisable or inexpedient by the County or the Director, the County shall be reimbursed by the Contractor. A Change Order will be issued to reflect a reduction of the Contract sum. GC -11 600650109.30.97 ARTICLE 19 - CORRECTION OF WORK BEFORE FINAL PAYMENT a. Any work, material, fabricated items, or other parts of the Work which have been condemned or declared not in accordance with the Contract by the Director shall be promptly removed from the Work site by the Contractor, and shall be immediately replaced by new work in accordance with the Contract at no additional cost to the County. Work or property of other Contractors or the County, damaged or destroyed by virtue of such faulty work, shall be made good at the expense of the Contractor whose work is faulty. b. Correction of condemned work described above shall commence within twenty-four (24) hours after receipt of notice from the Director, and shall be pursued to completion. c. Should the Contractor fail to proceed with the required corrections, then the County may complete the Work in accordance with the provisions of Article 26. ARTICLE 20 - CORRECTION OF WORK AFTER FINAL PAYMENT See Article 26 - Irrevocable Letter of Credit, and Article 31- Guarantee. Neither payment, nor any provision of the Contract, nor any other act or instrument of the County, nor the Director shall relieve the Contractor from responsibility for negligence, or faulty material or workmanship, or failure to comply with the Contract Documents. He shall correct or make good any defects due thereto and repair any damage resulting therefrom which may appear during the period of the Contract. The County will report any defects as they may appear to the Contractor and establish a time limit for completion of corrections by the Contractor. The County will be the judge as to the responsibility for correction of defects. This paragraph is intended to apply to workmanship, and materials installed as part of the Class 1 Operation and defective equipment ti being used on the project (such as equipment leaking oil or hydraulic fluid). ARTICLE 21 - COUNTY'S RIGHT TO DO WORK If, during the progress of the Work , the Contractor fails to prosecute the Work properly or to perform any provision of the Contract, the County, after three (3) days written notice to the Contractor from the Director may perform, utilizing Contractor's equipment, or have performed that portion of the Work. The cost of the Work may be deducted from any amounts due or to become due the Contractor, such action and cost of same having been first approved by the Director. Should the cost of such action of the County exceed the amount due or to become due the Contractor, the Contractor or his Surety, or both, shall be liable for and shall pay to the County the amount of said excess. ARTICLE 22 - TERMINATION FOR CAUSE If the Contractor is adjudged bankrupt or insolvent, or if he makes a general assignment for the benefit of his creditors, or if a trustee or receiver is appointed for the Contractor or for any of his property, or if he files a petition to take advantage of any debtor's or similar laws, or, if Contractor, after having received written notice from the Director of a default in the performance GC -12 bp0650051.3o.117 jst3t 4le3.w.z,-`f}.;i?+,�)�Ts>fpr( h71 1 rn4.L '_i.r "S.s'•.:k ME sii3"sry-w-2,''a Y) 4Z' . of any of its obligations under the Contract Documents specifying the nature of the default and the action required to cure such default, does not, within a period of five (5) days after such notice, proceed in accordance therewith and prosecute the same to conclusion with due diligence, then the County shall have the rights to enter upon the Class I Landfills and cure such default. Provided, however, that if the default is of such a nature that the failure to cure it immediately will result in the County's loss of the existing permit or will create a health or safety problem, then County shall have the right to enter upon the Landfills immediately and cure such default, but the County shall concurrently give notice thereof to Contractor. In any such case, the County shall have the right to offset any cost and expenses incurred in curing any such defaults against the payment to be made to the Contractor under the provisions of the Contract Documents or also against the Irrevocable Letter of Credit, as provided in Article 32. In addition, then the County may, after such event and without prejudice to any other right or remedy and after giving the Contractor and his Surety three (3) days' written notice, terminate the services of the Contractor and take possession of the landfill equipment, and of all materials, equipment, tools, and machinery thereon owned by the Contractor, and complete the Contract by whatever method the County may deem expedient. In such case, the Contractor shall not be entitled to receive any further payment until the Contract is completed; however, the County will reimburse the Contractor for the use of his equipment on a monthly basis. If the unpaid balance of the Contract price exceeds the direct and indirect costs of completing the Contract, including compensation for additional services, such excess shall be paid to the Contractor. If such costs exceed such unpaid balance, the Contractor shall pay the difference to the County. Where the Contractor's services have been so terminated by the County, said termination shall not affect any rights of the County against the Contractor then existing or which may thereafter accrue. Any retention or payment of moneys by the County due to the Contractor will not release the Contractor from liability. ARTICLE 23 - PAYMENTS FOR CLASS I LANDFILL OPERATIONS AND MAINTENANCE Payments will be made to the "Contractor" on a monthly basis. The "Contractor" shall submit to the County on or before the 5th day of each month a request for payment covering solid waste disposed of in the landfills during the preceding month and accompanied by such data as the County may reasonably require. The County shall issue payment to the Contractor within 30 days from presentation to the County of request for payment. Payment for the Class I horizontal and vertical infill expansion and the partial closure of Segment II will be under a separate contract. In the event of breakdown of the scales at the landfill, payments shall be based on the average daily tonnage transported during the same month of the preceding year of operation or on any other method mutually agreed upon by the County and the Contractor. Payments for construction work in progress or work completed under the Construction Contract shall be paid in accordance with the terms and conditions identified in the Class I Landfill Infill Contract Forms and Specifications. GC -13 comfrrlipKyrqcsintknTirrrtr.71P.1!' :;..M747741' bp065E109.30A7 '!1 •� �....�. =. a .�f: `10‘o {1620' r, A,,Ei§re.li ARTICLE 24 - PAYMENTS WITHHELD a. The Director may withhold payment for any of the following reasons: 1. Default by Contractor in performance of its obligations under the Operations Contract Documents. 2. Claims filed against the Contractor, or evidence that a claim will be filed. Written correspondence by a subcontractor regarding the intention to fele a claim, or lack of evidence that subcontractors have been paid for work performed are examples of conditions under which the Director may consider withholding payment. 3. Evidence that Subcontractors have not received payment. b. When grounds for withholding payment have been removed, payment will be released. Delay of payment due the Contractor without cause will make County liable for payment of interest to the Contractor as provided in G.S. 143-134.1. ARTICLE 25 - INSURANCE The Contractor shall not commence work under this Contract until he has obtained all insurance required, and such insurance has been approved in writing by the Director, nor shall the Contractor allow any Subcontractor to commence work on his subcontract until all similar insurance required of the Subcontractor has been obtained. a. Workers' Compensation - The insurance required by this paragraph shall be written from not less than the following limits, or greater if required by law, and shall be maintained for the life of the Contract. Coverage A Statutory - State of Florida Coverage B Employers Liability $1,000,000 Each Accident $1,000,000 Disease - Policy Limit $1,000,000 Disease - Each Employee The Contractor's current Experience Modification Factor must be indicated on the Certificate of Insurance. b. General Liability - The insurance required by this paragraph shall be written for not less than the following limits, or greater if required by the law, and shall be maintained for the life of the Contract. The Contractor shall provide and maintain during the life of this Contract such • General Liability Insurance as shall protect him and any Subcontractor performing work covered by this Contract, and County for claims for damage for bodily injury, including accidental death, as well as for claims for property damages which may arise from operations under this Contract, whether such operations be GC -14 ':i 'Wilif %p`"�i� Wi$�''':%� 3 6 by the Contractor himself or by any Subcontractor, or by anyone directly or indirectly employed by either of them. The policy shall provide coverage for premises and/or operations, independent contractors, products and/or completed operations, broad form property damage including explosion, collapse and underground damage, and Contractor's pollution legal liability coverage. The limits of such insurance shall be as follows: Combined Single Limits of no less than: $2,000,000 - general aggregate $2,000,000 - products -comprehensive or aggregate $1,000,000 - each occurrence The full annual limits of liability listed above, shall be available upon entering this contract. The limits are not to have been decreased by past liability settlements. Notification shall be given to the Director of any outstanding liability which could substantially impact the availability of these limits. If a Contractor chooses to obtain a separate policy for pollution legal liability coverage, the limit shall be no less than $1,000,000. This coverage shall include contractual liability and provide coverage for any and all liability associated with the ownership, maintenance, and use of machinery. Indian River County shall be named as an Additional Insured. c. Automobile Liability - The insurance required by this paragraph shall be written for not less than the following limits, or greater if required by law, and shall be maintained for the life of this Contract. Combined Single Limit of no less than: $1,000,000 This shall cover all vehicles including owned, non -owned, and hired vehicles. Indian River County shall be named as an Additional Insured. d. Umbrella/Excess Liability - In addition to the requirements of the above paragraphs, the Contractor shall be responsible for procuring and maintaining during the life of the Contract an excess liability policy (excluding pollution losses) in the following amount: $2,000,000 - per occurrence over primary insurance $2,000,000 - aggregate e. Any liability arising on behalf of the Contractor with regard to this Contract is not limited by the insurance requirements listed above. f. A certificate of insurance shall be provided to the Director evidencing the above - GC -15 bp0656109.30.97 i� •>'�` t ASA referenced coverage. All insurance companies must be licensed in Florida and be acceptable to the County's Risk Manager. Certificates of Insurance shall be signed by a licensed Florida agent and be amended to show "60 days notice of change or cancellation will be given to the Indian River County Risk Manager by certified mail". If an "ACCORD" Insurance Certificate is used, the words "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company" in the "cancellation" paragraph of the form shall be deleted. The Certificate Holder shall be worded as follows: Indian River County Risk Management Department County Administration Building 1840 25th Street Vero Beach, Florida 32960 ARTICLE 26 - IRREVOCABLE LETTER OF CREDIT In order to ensure performance of its obligation under the Contract, the Contractor shall, as soon as possible after the execution of the Contract and prior to the commencement of its operation, furnish to the County (i) a performance bond executed by a surety company authorized to do business in Florida, or (ii) a letter of credit from a national banking association authorized to transact business in the State of Florida, or (iii) an escrow fund for the benefit of the County, or any combination of such performance bond, letter of credit or escrow fund in an aggregate amount not less than $750,000, provided however, the Contractor may furnish only $250,000 of such aggregate amount prior to the commencement of its operations. In such case, the County may withhold from the payments due to Contractor, and place in an escrow fund for its benefit, to secure the performance of Contractor's obligation under this Agreement, $500,000 over a period of four (4) months by depositing in an escrow fund at the end of each month an amount sufficient to bring the escrow to not less than the product of $125,000 times the number of months from Contractor's commencement of operations. The form to be used for the irrevocable letter of credit is provided as part of the bid form. ARTICLE 27 - FORCE MAJEURE The Contractor's performance hereunder may be suspended and its obligations hereunder excused in the event that performance is prevented or delayed by a cause or causes which are not the result of action or nonaction by the Contractor, Subcontractors, Suppliers or others in his employ directly or indirectly. Such causes may include legislative action, and regulatory action or inaction, provided that the Contractor has exercised best efforts in supplying information used in making applications for permits or other authorizations; or judicial or administrative decision pursuantto the foregoing relative to the Contractor's obligations hereunder, none of which is caused by any action or inaction of the Contractor: acts of God; acts of war; riot; fire; explosion; accident; flood or sabotage. The Contractor and County agree to cooperate fully with each other to diligently pursue resolution of any such suspension due to such uncontrollable events. GC -16 ' r"� y F:_/;i ,+°yy 265% x'r' i;t'.'n':•�"'d T .•:57 $i.�9(� F '!� ��rr � �::a:� �•d3it' - .. :r• +c :z� � ...�3::�s?iVMEgattmai�. �'ri`�.`�� iavvm.>:.LN.,::sfmtYY`_ b00666{09.30.97 Notwithstanding the foregoing, the Contractor shall not be obligated to effect development or perform operations at the Landfills not indicated in the Permit or required by applicable law or provisions of this Contract or any mutually agreeable modifications thereof. ARTICLE 28 - ASSIGNMENTS The Contractor shall not assign any portion of this Contract. Except as may be required under terms of the Performance Bond or Payment Bond, no funds or sums of money due or to become due the Contractor under the Contract may be assigned. ARTICLE 29 - USE OF PREMISES a. The Contractor(s) shall confine his apparatus, the storage of materials and the operations of his workmen to limits indicated by law, ordinances, permits, or written direction of the Director and shall not exceed those established limits in his operations. b. The Contractor(s) shall enforce the Director's instruction regarding signs, advertisements, fires and smoking. ARTICLE 30 - CUTTING, PATCHING AND DIGGING a. The Contractor shall do all cutting, fining or patching of his work that may be required to make its several parts come together properly and fit it to receive or be received by work or other Contractors shown upon or reasonably implied by, the Drawings and Specifications as the Director may direct. b. Any cost brought about by defective or ill-timed work shall be borne by the Contractor responsible, provided that such work was not due to fault by the County. c. No Contractor shall endanger any work of another Contractor by cutting, digging or other means. No Contractor shall cut or alter the Work of any other Contractor without the consent of the Director and the affected Contractor(s). ARTICLE 31- GUARANTEE The Contractor(s) shall guarantee the materials and workmanship against defect due to faulty materials or faulty workmanship or negligence for a period of twelve (12) months following the completion of the Work. ARTICLE 32 - CODES AND STANDARDS Wherever reference is given to codes or standard specifications or other data published by regulating agencies including but not limited National Electrical Codes, Southern or Florida Building Codes, Federal Specifications, ASTM Specifications, various Institute Specifications, etc., it shall be understood that such reference is to the latest edition including addenda published prior to the date of the Contract Documents. GC -17 s 000esewa3o47 ARTICLE 33 - INDEMNIFICATION a. Indemnity by County. To the extent permitted by State law, County agrees to indemnify and hold harmless Contractor, its officers, agents and employees for any and all claims, losses, liabilities and damages, including legal expenses or costs arising out of or attributable to the construction and operation of Class I Landfills prior to the commencement of operations by Contractor under the terms of this Agreement. Contractor shall have no liability or responsibility for any pre-existing conditions at the Landfill, whether presently known or which may be discovered in the future. Since County has retained control over the continuing environmental maintenance over all non - Class I areas of the Landfill facility, County agrees if and to the extent allowed by State law, to indemnify and hold harmless the Contractor, its officers, agents, and employees for any and all claims, losses, liabilities and damages, including legal expenses or cost arising from violations of applicable laws and regulations governing environmental control of the non -Class I area of the Landfill facility. b. Indemnity by Contractor. Except as set forth below. Contractor agrees to indemnify and hold harmless county and its officers, agents, and employees from, against, and with respect to any claim, losses, liabilities and damages including legal expenses and costs arising out of or attributable to the negligent, willful or illegal acts or omissions of Contractor or any of its officers, agents, or employees in the performance or nonperformance to the Work herein specified at the Class I Landfills, including Contractor's failure to comply with present or future applicable environmental laws, rules or regulations. c. Disclaimer. (i) Pre-existing conditions. Contractor does not release or indemnify County for any liability attributable solely to any actions or omissions of County occurring either prior to the commencement of operations of Contractor or during the term of this Agreement, or actions or conditions at the disposal site created by others prior to the commencement of operations by Contractor and which might arise, or be discovered after Contractor assumes operational control of the Class I operations. (ii) Environmental Maintenance. Contractor shall not have any liability or responsibility for the cost or expense of resolving problems arising from leachates and methane gas or other continuing environmental problems. Not withstanding the foregoing, Contractor will cooperate with County in resolving problems arising from leachates, methane gas, or other continuing environmental problems and upon the agreement of County to pay Contractor. Contractor will perform work necessary to cure such problems. (iii) Cancellation of permit. If the operating permit for the Class I Landfill is terminated due to violations which are not attributable to the acts or omissions of Contractor, then Contractor shall not have any liability and/or responsibility to County for claims made due to the closed Landfill or for curing the defects or violations which caused the termination of the permit. GC -18 t 2OS5 09.3407 M. 7:NTOn"'Mi wiiOT TA}[`?CF'?r'•'• '. fi'tr.<5,,'f/"{` AIS!Yt43X;tRlaA`'.4 TM•t` t 1E J; A (iv) Action of Other Parties. Indemnity shall not be required of the Contractor nor shall the Contractor in any way be liable or responsible for any fines, charges, or penalties against County for any violations unless directly attributable to the actions or omissions of Contractor. (v) Remedial Action. Contractor shall not be liable for remedial actions for past operations necessary to bring the Landfill into proper compliance for action or omissions occurring prior to Contractor's assuming operations and shall not be responsible for major capital expenditures such as ponds, wells, etc., necessary for remedial action. d. Comparative Negligence. In the event any claim, loss, liability or damage is caused by or attributable to the negligent act or omission of both Contractor and another party, the laws of comparative negligence of the State of Florida shall be applicable. ARTICLE 34 - TAXES a. Fecieral Taxes: The County is exempt from Federal Excise Taxes and Transportation Taxes. The County will issue exemption certificates only upon request of Contractor. All requests for tax refunds are to be handled by the Contractor. The County will not guarantee any Federal Tax refunds to the Contractor. b. State Taxes: The County is exempt from Florida Sales and Use taxes on direct purchases. All Contractor direct purchases should include sales and use tax and shall be included in the Contractor's cost. ARTICLE 35 - EQUAL OPPORTUNITY CLAUSE The Contractor shall abide by all applicable laws, ordinances, or regulations regarding discrimination against any protected person or class of persons. ARTICLE 36 - ADDITIONAL GENERAL CONDITIONS a. Delivery of Waste. The Contractor shall accept, all Class I solid waste less identified and separately collected recyclables, created within the jurisdiction of County or for which County has accepted responsibility provided such waste may lawfully be disposed of in an environmentally sound manner. The Contractor undertakes no responsibility for the collection or delivery of waste to be disposed of at the landfills. b. Scope of Service. The Contractor shall have the right to operate the Class I landfill in a manner to best achieve operating efficiencies, including such techniques as relocation of roads and the sequencing of space utilization within each major disposal cell. Contractor shall effectively optimize the use of Class I airspace. The Contractor shall provide all required daily services in operating the Class I landfills including all required covering operations of the permit as set forth in the operation plans. GC -19 bpoesmoo-30 97 c. Daily Operations. All solid waste accepted at the landfill sites shall be thoroughly spread and compacted by repeated passage of equipment of sufficient weight and capacity to meet the requirements of the operational plan and permit. The Contractor is required to achieve a minimum density of 1400 lbs./cubic yard for the solid waste fraction. This does not include the borrow used for cover. Monthly estimates of cover used will be supplied to the Owner. The unit weight of soil used as cover will be assumed to be 2700 lbs./cubic yard. The density will be based on an annual survey performed in July of each year. If the Contractor fails to meet the historical density of 1400 lbs./cubic yard, a penalty will be assessed at the end of each fiscal year according to the following schedule. Density Range Mon 1350 to 1399 lb/CY 0.50 1300 to 1349 lb/CY 1.00 1250 to 12991b/CY 1.50 1200 to 1249 lb/CY 2.00 The number of tons used in the penalty calculations will be the tonnage placed in the Class I landfill during the preceding July 1 to June 30 period. Volume calculations will be performed by the Engineer, and copies of the previous and present year's survey plus the calculations will be provided to the Contractor by September 1 of each calendar year. The first lift of waste shall be compacted in accordance with the operations to reach a maximum density of 1000 LBS/CY. The first year's density requirements will be adjusted according to the total tonnage of waste placed and the percentage of waste represented by the first lift. Beginning the second full year of operation the density of 1400 LBS/CY will be required. No bonus will be given for densities exceeding 1400 LBS/CY. The Contractor is responsible for obtaining his own borrow material from offsite or onsite sources for maintenance and/or for use as cover material. All soil materials available at the existing landfill site within designated future borrow or future stormwater lake areas may be available for excavation and use by the Contractor for a fee which may be negotiated with the Owner. d. Closure of Class I Landfill. Upon the completion of disposal operations to final contours, the top surface will be contoured and finished in accordance with the permit as it exists at the time of this Contract. Future final closure phases (after the initial closure of Segment II to elevation 55 NGVD) will be built as a new construction project and may be competitively bid at the County's option. GC -20 bp065 \09.3097 1 m e. Post Closure. During the term of this Contract, the Contractor shall perform any and all necessary post -closure care for the closed portion of the Segment I and Segment II Class I Landfills which is required by applicable laws, regulations and ordinances of the State of Florida or any other regulatory body or by the permit as it exists at the time of this Contract. Notwithstanding the foregoing, the Contractor is not responsible for the establishment of a post -closure escrow fund or the posting of a post -closure bond, which remain the full responsibility of County. f. Changes in Regulations. In the event that compliance with subsequent statutes, ordinances with subsequent statutes, ordinances, and/or rules and regulations increases the Contractor's operating costs, the parties hereto agree to renegotiate the fee structure of this Contract so the fee charged by the Contractor herein shall reflect such changes and increased costs. As used in this paragraph the term cost shall include those items defined as "costs" in paragraph f. of Article 15, but shall not include overhead items listed in paragraph g. of Article 15 or profit. The Contractor shall demonstrate, with the submittal of cost data, that regulatory changes have increased costs. In the event of Acts of God or other events beyond the reasonable control of the parties, which increase the Contractor's operating costs, the parties agree to enter into good faith negotiations concerning renegotiation of the fees payable and other applicable provisions of this Contract. Should the parties fail to agree after good faith negotiations on an increase in fees to the Contractor, the Contractor may terminate the Contract on 90 -days written notice. In addition to any negotiated adjustment, the Contractor shall be entitled to an automatic increase in the amounts charged to County equal to the amount of any fee, surcharge, duty, tax or other similar changes (but excluding fines and penalties directly attributable to Contractor) imposed by the federal government, any agency thereof, or by any local governmental agency which is directed to or assessed against the Contractor, and which is payable solely by reason of the nature of the operations conducted by the Contractor. Representations and Warranties of County. County hereby warrants, represents and covenants that: g. (1) As of the date of the execution of this Contract, County is duly authorized and empowered, subject to the approval of its Board of Commissioners (the "Commissioners") to own the real estate underlying the landfills and to seek such permits as may be necessary to utilize the same as a sanitary landfill and is further authorized and empowered to enter into and fully perform this Contract according to its terms. The County further warrants that the Contractor, by observing and keeping the covenants of this Contract on its part to be kept, shall occupy and operate the landfills as an independent Contractor during the term hereof without interference by County or others except as may be lawfully required by higher governmental authority or as otherwise provided herein; and (2) As of the date of the execution of this Contract, there is no known decree, judgment or administrative order of any kind threatened or in existence enjoining or restraining the County from taking any action required under this Contract; and GC -21 400036109-30-97 (3) County shall not, to the extent consistent with applicable law, rule or regulation, divulge. communicate or use, to the detriment of the Contractor or for the benefit of any other person or persons, or misuse in any way, any confidential or sensitive information or trade secrets of the Contractor's business, including, but not limited to know-how, or other technical or financial data in conjunction with the landfills' operation; and (4) As of the date of the execution of this Contract, County has obtained all necessary land use approvals for the construction and operation of the landfills on the real estate and shall continue pursuit of all permits (and future modifications thereto), access rights, mineral rights, approvals, consents and rights-of-way from the State of Florida and other relevant authorities, to enable the Contractor, on behalf of the County, to develop, construct, operate, and maintain the Class I Landfills, pursuant to applicable law, regulation and the terms hereof. Such permits, including any and all amendments and modifications thereto, are hereby incorporated herein by this reference. When used herein, the term "applicable law" shall include all relevant federal, state and local law, regulation and/or the permit as same may be amended and modified hereunder. (5) As of the effective date that Contractor begins operations under the term of the Contract, the County shall have caused the Class I landfills to have been constructed in accordance with the provisions of each permit and in compliance with applicable laws and regulations. (6) To the best of its knowledge, the County has disclosed to the Contractor its knowledge of all facts, information and data necessary and pertinent to the real estate and the Class I Landfills, and to the best of its knowledge all of the representation and warranties contained in this Contract in any written statements and exhibits prepared in connection with this Contract are true and connect as of the date of execution hereof. h. Right to Terminate. In the event the volume at the County's landfills during any consecutive 12 -month period falls above or below the range of tonnage as specified in the bid form the County or the Contractor reserves the right to renegotiate payments to be made to the Contractor by the County. The price for an annual rate between 84,450 tons and 140,750 tons shall be based on the price in Bid Item No. 1 of the Bid form. In the event the parties are unable to reach agreement either party has the right to terminate the Contract in accordance with these conditions. Equipmcia. During the term of this Agreement, Contractor agrees to have on hand at the Class I Landfill sufficient equipment to do the Work as required by the FDEP approved operations plan. This includes minimum equipment as required by FDEP. Initially, Contractor will have on hand the equipment set forth on Page B-9 and thereafter, Contractor will have on hand such equipment or comparable equipment thereto of similar makes and models. GC -22 416666110.40.97 • SUPPLEMENTAL CONDITIONS Table of Contents Section Tide Page # SC -1 Counterparts of the Agreement SC -1 SC -2 Price Adjustments SC -1 SC -3 Responsibility for Payment SC -2 SC -4 Documentation to Accompany Applications for Payment SC -1 SC -5 Insurance SC -1 SC -6 Settlement of Insurance Claims SC -1 SC -7 Specifications SC -2 SC -8 Independent Contractor SC -2 SC -9 Supplies and Utilities SC -2 SC -10 Working Force and Conduct of Work SC -3 SC -11 Resident Landfill Superintendent SC -3 SC -12 County Sanitary Landfill Supervisor SC -3 SC -13 Licenses and Permits SC -3 SC -14 Property Damage SC -4 SC -15 Assignment and Subcontracting SC -4 SC -16 Inspection of Vehicles and Equipment SC -4 SC -17 Final Inspection SC -5 SC -18 Operating Standards SC -5 SC -19 Safety SC -5 SC -20 Suspension of Contract SC -5 SC -21 Legal Addresses SC -6 SC -22 Equipment Purchase or Lease Agreement SC -6 SC -23 Gatehouse Personnel SC -6 SC -24 Landfill Tipping Fees SC -6 SC -25 Subsurface Conditions SC -7 SC -26 County Employees SC -7 iii bc0655\IO.204 7 SUPPLEMENTAL CONDITIONS SC -1 COUNTERPARTS OF THE AGREEMENT County shall furnish to Contractor six copies of the Agreement and other Contract Documents bound therewith. Contractor shall execute the Agreement and submit all copies to County. The date of contract on the Agreement shall be left blank for filling in by the County. County shall execute all copies, insert the date of contract on the Agreement and distribute the copies. Distribution of signed copies shall be three copies to Contractor and three copies to the County. SC -2 PRICE ADJUSTMENTS Prior to January 1, 1999, there will be no price adjustment to the Contract, except as provided in the General Conditions. The provisions set forth herein for price adjustment shall apply to the initial term of this contract ending December 31, 2002, and to any extension of the Contract term authorized by the County, up to a maximum extension of five years. The Contractor shall submit a written request and appropriate documentation, no later than June 15, for an adjustment in the Contract unit price from the County. Any such adjustment granted by the County shall become effective on January 1 of the following year for the remaining term of the Contract. The adjustment shall not exceed 75 percent of the change of the Consumer Price Index (CPI), specifically, the Urban Consumers Index, published by the U.S. Department of Labor, Bureau of Labor Statistics, for the Southern States. Downward adjustments resulting from a negative CPI shall be made by the County, when appropriate, without a request from the • Contractor. The adjustments shall be computed as follows: For each subsequent fiscal year of the Contract, the net percentage change shall be 75 percent of the difference between the CPI as of the immediately preceding January 1 and the second preceding January 1 divided by the CPI as of the second preceding January 1. The following formula shall be used for the cost adjustment: Cost Adjustment = where, (XZXiX0.75)+1 Xi X1 = CPI for second preceding January 1 X2 = CPI for immediately preceding January 1 SC -1 b 0856\1a2as1 SC -3 RESPONSIBILITY FOR PAYMENT Except for items specifically identified as provided by County, Contractor shall pay for all labor, materials, and other costs incurred under this Contract. SC -4 DOCUMENTATION TO ACCOMPANY APPLICATIONS FOR PAYMENT Contractor's Application for Payment shall be accompanied by the documentation specified herf..n. • Tonnage deposited in Class I landfills • Borrow used for Class I Operations • Any unusual costs resulting from extraordinary amounts of wastes or weather conditions (hurricane) • Additional costs resulting from SWDD direction which are outside of the defined contractual scope of services SC -5 INSURANCE - See General Conditions - Article 31 SC -6 SETTLEMENT OF INSURANCE CLAIMS Losses insured under policies that include County as a named insured shall be adjusted with County and made payable to County as trustee for the insureds, as their interests may appear. The County and the Contractor waive all rights against each other for damages caused by fire or other perils to the extent covered by insurance, except such rights as they may have to insurance proceeds held by County as trustee. The Contractor shall require similar waivers by Subcontractors as provided in General Conditions. SC -7 SPECIFICATIONS The Specifications which govern the materials and equipment to be furnished and the Work to be performed under this Contract are listed in the Table of Contents, and in all applicable Plans and Specifications as pertain to the Class I landfill at the Indian River County Solid Waste Disposal District Landfill Facility. SC -8 INDEPENDENT CONTRACTOR The Contractor shall perform this Contract as an independent contractor and shall not be considered an agent of the County nor shall any of the employees or agents of the Contractor be considered sub -agents of the County. SC -9 SUPPLIES AND UTILITIES The Contractor shall provide and pay for all supplies, materials, equipment, tools, fuel, power, light, heat, air conditioning, telephone, water, and all other incidentals used and necessary for the SC -2 .�/ .Xigr'u is :?i"11, �.� � �lt� "'!T. eo011seioo,e47 operation and maintenance of the Class I landfills. The County shall supply and maintain fuel storage and dispensing facilities, sedimentation basins, roads and pavements (except roads directly adjacent to the Class I disposal cells and the road from the scale house to the Class 1 cell areas), landscape planting, and all other equipment and facilities furnished or required for operating the Non -Class I waste -related portions of the landfill. SC -10 WORKING FORCE AND CONDUCT OF WORK A fully qualified working force shall be maintained throughout the period of this contract, with a sufficient number of workers to perform all required services as defined in the Operations Contract Documents and which shall meet all FDEP requirements for Class I operations. These workers shall be thoroughly instructed by their supervisors as to required duties and methods of performance. All personnel shall receive close and continuing supervision. Additionally, all personnel shall maintain a courteous and respectful attitude toward the public at all times, and there shall be no scavenging and no soliciting, requesting, or receiving of gratuities of any type. County shall have the right to have Contractor's employees replaced. SC -11 RESIDENT LANDFILL SUPERINTENDENT The Contractor shall keep on the site at all times during the performance of the Work a competent Resident Landfill Superintendent, who shall not be replaced without written notice to the County except under extraordinary circumstances. The Superintendent shall be the Contractor's representative at the site and have authority to act on behalf of the Contractor. All communications given to the Superintendent shall be as binding as if given to the Contractor. The qualifications of the Resident Superintendent shall be submitted to the County and shall include maintaining a valid landfill operators certificate through a Florida state -approved certification program. The Resident Superintendent shall be subject to acceptance by the County. The Resident Landfill Superintendent will train one of the landfill operations foreman to perform the resident superintendent duties in his absence. This foreman shall be certified by the State of Florida to operate the Class I Landfill. Resident landfill Superintendent shall provide notice of absence to County's Landfill Supervisor. SC -12 COUNTY SANITARY LANDFILL SUPERVISOR A County employee will be designated by the Director to act as the contact person with the Contractor for this Contract. The County will designate the Solid Waste Disposal District Manager or the County landfill operations foreman as the responsible person for monitoring Contractor's performance and compliance with specified Contract standards and all conditions of the Class I Operations permit. The landfill supervisor will not be responsible for directing the Contractor's personnel. SC -13 LICENSES AND PERMITS The Contractor shall be responsible for obtaining all licenses and permits required to operate the landfill as a business in Indian River County. The Contractor is not responsible for obtaining the State of Florida Solid Waste Operations and Construction permits of the Class I landfills; SC -3 • bcO656104/1ei97 however, the Contractor must operate in conformance with the requirements for the Class I Operations permit. If changes occur in the permit requirements, the County will issue a Change Order to the Contract. Compensation for any resulting cost impact on the Contractor will be determined by negotiation following substantiation of additional costs . Only direct costs and overhead without profit are recoverable by Contractor through negotiation. The Contractor shall also be responsible for compliance with applicable Federal, State, and municipal laws, codes, and regulations in connection with performance of the Work. The Contractor shall be responsible for all damage to persons or property that occurs or is a result of his fault or negligence. He shall take proper safety and health precautions to protect the County, the public, and the property of others, including securing insurance as specified. SC -14 PROPERTY DAMAGE The Contractor shall be responsible for the protection of existing facilities including structures, pavement, and drainage ways, on the County's landfill facility property or on adjacent County - owned lands, should the Contractor's purchase borrow from the County. Any damage to property resulting from actions of the Contractor or his employees shall be restored or repaired at the Contractor's expense to the satisfaction of the County. Failure by the Contractor to correct the damage will result in the County's making the necessary corrections and deducting the cost hereof from money due to the Contractor. The Contractor shall not be responsible for property damage caused by the County. SC -15 ASSIGNMENT AND SUBCONTRACTING The Contractor agrees that he will not assign or transfer this Contract nor any right in or claim he may have thereunder, except as expressly authorized in writing by the Board of County Commission Chairman or his designee, and the Contractor further agrees that he will not enter into any Contract with any other party for furnishing any of the Work herein contracted for, except as provided herein, without the written acceptance of the Board of County Commission Chairman or his designee. These provisions will not be taken as requiring acceptance of contracts of employment between the Contractor and his employees assigned for services hereunder. SC -16 INSPECTION OF VEHICLES AND EQUIPMENT The County shall require the Contractor to perform a complete inspection of the general mechanical safety condition of all vehicles and landfill equipment at reasonable times during the term of the Contract. Should any vehicle, when inspected by the Contractor, not comply with the standards of repair and safety established by the provisions of Federal, State and local laws, relating to vehicle registration or applicable state inspection regulations, the Contractor shall repair such vehicle to meet these provisions before it is placed back in service. Contractor shall report the deficiency to the County and repair and replace equipment as needed to continue Class I Operations. SC -4 bP065e101/I. 7 SC -17 FINAL INSPECTION Upon termination or completion of the Contract, the County, accompanied by the Contractor, will inspect all items of County -furnished and County -owned equipment and facilities and shall jointly prepare a list of items requiring repair as a result of the Contractor's use. Final payment will not be made until the required repairs have been completed. Equipment and facilities which have deteriorated due to normal use need not be repaired to a new condition. SC -18 OPERATING STANDARDS The landfills are located in a semi -rural area of the County in proximity to areas of scattered residential development. The landfills shall be operated in a highly professional and environmentally sound manner. The Class I areas of the site including adjacent stormwater ditches and structures, and permanent roadway shall be maintained in an exceptionally clean and attractive condition. The Contractor shall be responsible for maintaining the Class I landfill, all landfill equipment used for Class I operation and maintenance, and the public road adjacent to the Class I landfills in a clean and neat sanitary condition acceptable to the County. The Contractor shall be responsible for meeting all health, environmental, and safety standards applicable to operation of the Class I landfill and the ancillary facilities. The Solid Waste Disposal District Manager or his designee shall determine compliance with these requirements. In the event the Contractor does not comply with the written order of the Solid Waste Disposal District Manager or his designee within 24 hours, the County reserves the right to have the Work described in the written order done and deduct the expense from subsequent payments due the Contractor. SC -19 SAFETY The Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the Work. The Contractor shall comply with all applicable laws, ordinances, rules, regulations, and orders of any governmental agency having jurisdiction for the safety of persons or property or to protect them from damage, injury, or loss. A responsible member of the Contractor's organization shall be designated whose duty shall be the prevention of accidents. SC -20 SUSPENSION OF CONTRACT If a labor strike or any other disruption in Contractor's performance occurs and if it is determined by the County, in its reasonable judgment, that the Contractor is unable or unwilling to comply with the provisions of the Contract, then the County shall have the right, after giving the Contractor written notice, to take possession of and operate the Class I landfills, until such time as the Contractor shall satisfy the County that he is ready, able, and willing to comply with all the provisions of the Contract. If the County takes over the performance of the Work, the County agrees to pay the Contractor for any damage done to the vehicles or equipment of the Contractor, over and above the damaged i *1 ",�'y ' 1'u•. 4.... ; ��'. ' n.:' e_ `zip` ;lr •.;r SC -5 r.' ,�g.?#' (�4 '"^"ai`rK�; 4�,+,,::xGkti`,?;?4': .M..! riTi pr,r1,'i�. �.c�% +;, Y7; bpa65e104/1e+97 occasioned by normal wear and tear on such vehicles, which occurs as a result of the use of such vehicles by the County or its agents or employees during the performance of the Work. Additionally, if the County takes over the performance of the Work, the County agrees to indemnify and save harmless the Contractor from any cost, loss, damage, and other expense to a third party arising out of or resulting from the performance or failure to perform by the County, its agents, or employees under the provision of this Contract. SC -21 LEGAL ADDRESSES The business address of Contractor's office at the Indian River County Landfill Facility is hereby designated as the place to which all notices, letters, and other communication to Contractor will be mailed or delivered. The address of County appearing below is hereby designated as the place to which notices, letters, and other communication to County shall be mailed or delivered. Indian River County Solid Waste Disposal District 1840 25th Street Vero Beach, Florida 32960 SC -22 EQUIPMENT PURCHASE OR LEASE AGREEMENT The Contractor shall purchase or lease equipment as needed to meet or exceed the requirements of the Operations Contract. It is the Contractor's responsibility to ensue the adequacy of equipment under all operating conditions. SC -23 SCALEHOUSE PERSONNEL The County has determined that it is in its best interest that scalehouse personnel in the form of weigh masters be qualified employees of Indian River County. The Contractor agrees that a minimum of one(1) County weigh master is present at the scale house during scheduled operating hours as posted by Indian River County. The County weigh master shall weigh and record the incoming wastes and provide such data to the County as is deemed necessary for billing of charge customers and receive and forward to the county cash revenues from non -charge customers during all hours which the landfills are open for use. The County agrees to provide a listing of tipping weights and types of wastes received on a monthly basis. SC -24 LANDFILL TIPPING FEES All fees for use of the Indian River County landfill are set by the Indian River County Board of Commissioners. All fees are the property of the County. SC -6 600e5e10610/I7 SC -25 SUBSURFACE CONDITIONS The Engineer has used information contained in subsurface reports listed in Article B-9 to prepare site plans and construction drawings for the sites covered by this document. The accuracy of this information is not guaranteed in any way by the Engineer. The Contractor warrants that he has examined the Class I area of the site and has satisfied himself as to the geologic character of the sites. No Change Order will be allowed for a variance of the subsurface conditions indicated by the subsurface report. SC -26 COUNTY EMPLOYEES Upon a date certain to be determined by the parties, but no later than January 2, 1998 County will terminate the services of those Indian River County employees who perform services at the Landfill. Contractor shall accept an application for employment from such employees who desire to be employed by Contractor at the Landfill. Contractor shall determine, in its sole discretion, which employees, if any, meet its requirements and have the qualifications required for employment by Contractor. Wages, benefits, terms and conditions of employment shall be determined by Contractor. SC -7 epeeeee10-2o47 SPECIFICATIONS SECTION 1.1- PROJECT REQUIREMENTS 1.1.1 General Description of Work - Contract Operations The Work to be performed under these Contract Documents consists of the professional operations and management of the Class I landfill at the Indian River County Solid Waste Disposal District Landfill Facility including all site preparation work, and management, operation and maintenance of adjacent Class I stormwater management system and roads. The Contract period shall be for approximately 5 years terminating December 31, 2002, and the County will have the option to extend the Contract term for up to 5 years. This Contract is for Class I operations and maintenance activities. The construction of the Segment USegment II infill project and the partial closure of the Segment II Class I landfill are to be performed under a separate contract using the project specifications in the "Class I Landfill Infill - Segments I and IP" Contract forms and Specifications including plans. The Indian River County Landfill site is located at 1325 74th Avenue SW, Southeast of Vero Beach, Florida and consists of 270 acres of which 57 acres is to be used for Class I landfill purposes. The daily tonnage of Class I wastes to be disposed at the sites is currently approximately 310 tons. Other solid waste operations consisting of construction and demolition debris processing and disposal; recyclable glass, paper and plastic baling, all weighing functions; waste tire shredding; yard waste shredding/compacting; well monitoring of surface, groundwater and air quality will be performed by the County or will be subcontracted out to a private contractor. The County will also operate the Household Hazardous Waste Storage Facility and Air Curtain Incinerator. The Class I sanitary landfill is located in a semi -rural area of the County in proximity to areas scattered residential development. The Class I landfill shall be managed and operated in a highly professional and environmentally sound manner. The area of the site adjacent to the Class I disposal cells shall be maintained in an exceptionally clean and attractive condition. 1.1.2 Coordination Contractor shall plan, schedule, and coordinate his operation and construction in a manner which will facilitate the simultaneous progress of the County's on-site work and the Work under other Contracts outside the scope of the Agreement. 1.1.3 Work by County County shall perform certain activities in connection with the Project with his own personnel as follows: bpO.17U11.21147 'IS'N hTS''•, 1 1±� ., Monitoring all landfill procedures including operations and litter control. Monitoring ground water quality and surface water quality. Monitoring landfill gas quality and migration for the entire landfill facility. Monitoring landfill leachate quantity and quality and maintaining the leachate pump station. Monitoring utilization of landfill space and earth cover material. 1.14 Items Furnished by the Contractor Contractor shall be fully responsible for all materials and equipment which he has furnished, and shall furnish necessary replacements at any time prior to expiration of the Contract. 1.1.5 Lines and Grades All Work shall be done to the lines, grades, and elevations indicated on the Drawings on the Class I operating permit and operating permit submittals. The Class I operations permit consists of the permit application, all addenda, and the attached Class I operations permit document. Horizontal and vertical control alignment will be established per the permit plans or as designated by the Engineer. These points shall be used as datum for the Work. Contractor shall keep the County informed, a reasonable time in advance, of the times and places at which he wishes to do Work, so that prior established horizontal and vertical control points may be used for landfilling or construction as deemed necessary by County with minimum inconvenience to County. 1.1.6 Unfavorable Construction Conditions Solid waste disposal operations shall be performed under all weather conditions. During unfavorable weather, wet ground, or other unsuitable construction conditions, the Contractor shall confine his landfill site development operations to work which will not be affected adversely by such conditions. No portion of the Work shall be constructed under conditions which would affect adversely the quality or efficiency thereof, unless special means or precautions are taken by Contractor, and accepted by the County's Solid Waste Disposal District Director or Landfill Supervisor, to perform the Work in a proper and satisfactory manner. 1.1.7 Reference Standards Reference to the standards of any technical society, organization, or association, or to codes of local or state authorities, shall mean the latest standard code, specification, or tentative standard adopted and published at the date of receipt of proposals, unless specifically stated otherwise. 1.1-2 ep*.snN.uv7 1.1.8 Abbreviations and Symbols Abbreviations used in the Agreement are defined as follows: AAMA Architectural Aluminum Manufacturers Association AASHTO American Association of State Highway and Transportation Organization ACI American Concrete Institute AFBMA Antifriction Bearing Manufacturers Association AGA American Gas Association AGMA American Gear Manufacturers Association AISC American Institute of Steel Construction AISI American Iron and Steel Construction AMCA Air Moving and Conditioning Association ANSI American National Standards Institute APA American Plywood Association ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigerating and Air Conditioning Engineers ASME American Society of Mechanical Engineers ASSE American Society of Sanitary Engineering ASTM American Society for Testing and Materials AWG American Wire Gauge AWPA American Wood Products Association AWWA American Water Works Association CISPI Cast Iron Soil Pipe Institute CRSI Concrete Reinforcing Steel Institute CS Commercial Standard DHI Door and Hardware Institute Fed Spec Federal Specifications FGMA Flat Glass Marketing Association IBBM kon Body, Bronze Mounted IEEE Institute of Electrical and Electronics Engineers IFI Industrial Fasteners Institute IPS Iron Pipe Size MIL Military Specification NAAMM National Association of Architectural Metals Manufacturers NEC National Fielded Code NEMA National Electrical Manufacturers Association NFPA National Fire Protection Association NPT National Pipe Thread PCI Prestressed Concrete Institute PS Product Standard SAE Society of Automotive Engineers SCPRF Structural Clay Products Research Foundation SMACNA Sheet Metal and Air Conditioning Contractors National SPI Society of the Plastics Industry SSPC Steel Structures Painting Council 1.1-3 41,413 6pn631!( ..647 UL Underwriter's Laboratories US U.S. Bureau of Standards WPRS Water and Power Resources Services 1.1.9 Conference Prior to Performance of Agreement Prior to the commencement of Work at the site, a conference will be held at a mutually agreed time and place. The conference shall be attended by: Contractor and his superintendent. Principal Subcontractors. Representatives of principal suppliers and manufacturers as appropriate. Representatives of County. Governmental representatives as appropriate. Others as requested by Contractor or the County. Unless previously submitted to the County, Contractor shall bring to the conference a tentative schedule for each of the following: Startup plan, including progress schedule for operational tasks. A detailed schedule for construction of the infill segment and partial closure of Segment II. The purpose of the conference is to designate responsible personnel and establish a working relationship. Matters requiring coordination will be discussed and procedures for handling such matters established. The agenda will include: Transmittal, review, and distribution of Contractor's submittals. Processing applications for payment. Maintaining record documents. Critical Work sequencing. Field decisions and Change Orders. Use of premises, office and storage areas, security, housekeeping, and the County's needs. Contractor's assignments for safety and first aid. 1.1-4 eolMSNw.t.•97 1 a a r 1.4 The County will preside at the conference and will arrange for keeping the minutes and distributing the minutes to all persons in attendance. 1.1.10 Site Administration Contractor shall be responsible for all Class I areas of the site and all Subcontractors in the performance of the Work. He will exert full control over the actions of all of his employees and other persons performing work under his contract with respect to the use and preservation of property and existing facilities, except such controls as may be specifically reserved to County or others. Contractor shall exclude from the site all persons who have no purpose related to the Work or its inspection and may require all persons on the Class I area of the site to observe the same regulations as he requires of his employees. 1.1.11 Work by Others The Contractor shall afford other subcontractors (or the County) who may be performing work at the landfill site reasonable opportunity for the introduction and storage of materials and equipment and the execution of work. The Contractor shall properly conduct and coordinate his work with that of others. The potential for interference is acknowledged and will not be cause for extra payment. If any part of the Contractor's work depends for proper execution or results upon the Work of any other Subcontractor (or the County), the Contractor shall inspect and promptly report to the County in writing any defects or deficiencies in such work that render it unsuitable for proper execution and results. The Contractor's failure to report shall constitute an acceptance of the other work as fit and proper for the Contractor's work, except as to defects and deficiencies which may appear in the other work after the start of the Contractor's work. 1.1.12 Security Indian River County will provide security for the landfill facility through security personnel during hours when the landfill is open to the public and during periods when the landfill is not open for acceptance of solid waste until 1 a.m. The Contractor shall coordinate the entrance and exit of all Class I related operations or construction vehicles and personnel. Should damage occur due to a breach of security caused by or directly attributable to the Contractor, the Contractor shall make good all damage to the site and facilities and equipment thereon resulting from his failure to provide adequate security measures. 1.1-5 5 bptibS7U0.I0-91 1 1 m 1 0 r SECTION 1.2 - GENERAL OPERATING PROCEDURES 1.2.1 Hours of Operation The landfills shall be open to receive solid waste from 7:00 a.m. to 5:00 p.m. seven days per week except for designated holidays. Wastes will not be received on Independence Day, Thanksgiving, Christmas, and New Year's Day. 1.2.2 Entrance Procedures The Contractor shall be on duty at all times the landfill is open to receive solid waste. The gates shall be locked at all other times. Drivers of waste hauling vehicles arriving at the landfill site shall be required to stop and receive a weight ticket or identification tag from the county - employed weigh master. The Contractor shall accept at the landfill only those solid wastes that are accompanied by an official weight tag issued by the landfill weigh master. Failure to comply with this provision shall be deemed a basis for this agreement to be terminated for cause. 1.2.3 Traffic Control After the weigh master returns the copy of the weight ticket, a driver delivering Class I wastes will proceed to the Class I fill area, following the traffic signs and markers. The Contractor shall provide and place signs and markers to indicate the direction to the area being filled and the traffic pattern to be observed. An attendant at the face of the fill shall check the type of wastes and direct the driver to the location where the load is to be deposited. Signs and markers shall be of substantial all weather type construction which can readily be relocated and shall be acceptable to the County. 1.2.4 Maintenance of On -Site Facilities and Other Responsibilities Unless otherwise specified, the Contractor shall be responsible for maintenance and repair of the following facilities: a. Office Building and Associated Ancillary Facilities - The portion of the office building, maintenance building and all associated ancillary facilities designated to be used by the Contractor shall be maintained in good condition at all times. b. Backup Equipment - Contractor shall furnish, at his own expense, whatever backup or substitute equipment or facilities required to continue operation of Class I landfill areas in accordance with Agreement requirements. c. Housekeeping - Contractor shall furnish all equipment, supplies and labor required for cleaning Contractor's portion of the maintenance building on a regularly scheduled basis. County shall clean Contractor portions of the Administration Building and all County - Contractor shared areas. 1.2-1 .J:';.k .: t.,i'r?:.t37 1r ryi;'rg , ,"',�, .'S.F z�l c....: ` 'ti !r 40637\104047 r Work areas within the maintenance building shall be cleaned and swept daily at a minimum. Volatile materials shall be properly stored in covered containers and in accordance with applicable regulations. Wastes shall be removed daily. d. Roads, Drives, and Parking Areas - Contractor shall perform all repair, replacement, patching, and other work required to maintain the Class I all-weather site access road from the scale house to the west fence; and all other Class I ancillary drives and parking areas in optimum operating condition at all times. Contractor shall maintain the permanent all-weather road on the landfill surface including necessary repairs and restoration of all-weather surface; repair and restoration of the base; repair and restoration of drainage facilities; and other operations necessary to provide at all times a riding surface free from major distortion, dust -free, and capable of supporting the loaded waste hauling vehicles. e. Drainage Channels - Contractor shall mow, repair, reseed, and provide any other maintenance required to keep drainage channels adjacent to the Class I cells or adjacent to the Class I access roadway in good operating condition and to maintain full flow capacity and erosion control. County shall operate, repair and maintain the roadway around the south perimeter of Segment I and Segment II. Adjacent drainage channels north of Segment I, Segment II and the infill segment, and ditches west of Segment I shall be maintained by the Contractor to achieve their intended function of removing sediment from surface runoff of the landfill site and providing controlled discharge of the impounded water. f. Landscape Plantings - The Contractor shall be responsible for the care of all cover grasses on or adjacent to the Class I landfill, including grasses on the Class I solid waste mounds, the surrounding and adjacent ditches, up to and including the area between the paved access road and the north fence; and the area directly west of Segment I to the west property line fence. Maintenance shall include spraying, watering, pruning, replacement, fertilizing, and other operations as required to maintain all grass in a vigorous condition acceptable to the County. Watering of grass will not be required. Growth retardants shall not be used on the grass. g. The Contractor shall be responsible for compliance with all post closure requirements on the closed out areas of the County Class I landfills as stated in the FDEP Solid Waste Management Rules and all other applicable requirements. 1.2.5 Scavenging or Other Business Operations Contractor shall strictly prohibit any scavenging operations at the landfill site. No business operations not directly associated with the sanitary landfill operation shall be conducted from the office building or any other location on the landfill site. '�e.;:`- - ;°F ilJsrs[;ibi':Ec."F1tc ss�aS�a=:tacv,-cu - _ -_r� • .,w ~: r i.;., r+e . '`; • .;y:' 'F3..yx i,'• Fi, it`:• K. `S': Yr,� M' .li' F C�i� X'. i 3 ^i;,,,::' '•'.C;. r �j��"ys ��t: y'^r• F� t.l�c•gr4. '.fit:;? ..d:z Z..%;' ';: t3Y.,.. ,t. { • �;J Vit' a:F) i;i•' 'c{ .�1,;�kjA;b�, :.i_�t"•'.. , ., 'r d.r, Y�'1,•��i .ry: 1.2-2 by 6”104- $-97 a a 3 A SECTION 1.3 - SOLID WASTE DISPOSAL PROCEDURES 1.3.1 General Solid waste disposal procedures shall include unloading, inspecting for unacceptable waste, spreading and compacting the wastes and applying soil cover. No intentional burning of waste shall be allowed at the landfill. The integrity of the liner and leachate collection system shall be maintained. Traffic on the liner and leachate collection system will be permitted only if there is a minimum of 2 -feet of additional sand soil over the two foot liner protective layer or a 4 -foot thick layer of waste is over the protective sand layer and does not damage the compacted subgrade as determined by the County. To maintain the integrity of the liner and leachate collection system, the first lift of solid waste in each phase of the landfill shall be placed from the top of the slope or thickened sand layer. Solid waste transport vehicles, earth moving equipment, wheel compactors and other wheel equipment shall operate only on the top of the lift or on a pad of compacted compressible municipal solid waste except as otherwise specified. 1.3.2 Unloading Solid Wastes Vehicles may discharge waste at either the top or bottom of the sloping working face of' the fill, except vehicles shall not be permitted to operate on the landfill liner or protective layer until a suitable layer of waste is in place. Suitable inert debris materials may be used for in -cell road construction. The location of unloading shall be under the control of the Contractor at all times. Unloading operations shall be managed so that they do not cause unnecessary delay of waste hauling vehicles. Vehicles shall unload solid waste as close as possible to the working face of the fill. Waste shall then be spread and compacted by landfill equipment. The working face, where wastes are unloaded, inspected, spread, and compacted, shall be wide enough to prevent a backlog of vehicles waiting to unload and to allow adequate working space for landfill equipment, but narrow enough to conserve cover soil and to minimize litter and attraction of scavenger birds. The width of the working face shall not exceed 100 feet unless approved by the County. Special wastes which are mixed with Class I waste and are unloaded near the working face shall be separated and removed to the area designated for these wastes. The cost for operations shall include an allowance for normal amounts of special wastes such as tires, household hazardous wastes or other special wastes. The Contractor shall have a plan to handle asbestos. Indian River County receives other wastes as Class I which the Contractor should be prepared to handle. Other wastes include large quantities of citrus waste when the processing plants are working, and wastewater sludge. 1.3-1 l.Z•:o( .�i...ir�'F.i.��t:. tic .T;'.. !+147 ea16rnWtS47 The Contractor shall inform and coordinate with Local fire departments regarding the handling of hot loads and landfill fires. A contingency plan shall be developed and distributed by the Contractor. The contingency plan shall be equal to or more stringent than the current operational plan for hot loads and landfill fires. 1.3.3 Compaction After the solid waste is discharged from vehicles, it shall be spread and inspected on the sloping working face in layers not to exceed 2 feet in thickness when compacted. Provided that the solid waste accepted at the landfill is subject to being compacted to a minimum density of approximately 1,400 pounds per cubic yard, all areas of each layer shall be compacted to at least such density by a minimum of four passes of a wheel compactor. If the solid waste is not compactable to such minimum density, Contractor shall promptly advise County of such fact and, to the extent County so requests, take such action as County may request in order to preclude the acceptance of solid waste at the landfill that is not compactable to such density. The height of the sloping face and of each compacted lift of waste shall not exceed ten (10) feet. The working face slope may be steepened at the end of the operating day to minimize the amount of cover material used. Immediately prior to placement of cover material, the surface of the solid waste to be covered shall be leveled and compacted to the maximum extent practical to minimize the amount of soil required to obtain the specified cover thickness. 1.3.4 Placement of Cover Material a. Daily Cover - At the end of the day, 6 inches of compacted cover material shall be placed on all exposed solid waste. The material shall be compacted to meet all applicable federal and state laws and regulations governing solid waste management. Chapter 62- 701 also allows an operator to utilize a temporary removable cover over the working face if additional Class I waste will be received and placed within 18 hours. b. Intermediate Cover - An additional 6 inches of cover material shall be placed on all surfaces of a cell where daily cover material will be exposed longer than 180 days or where it will be subjected to vehicular traffic. The cover, which shall include the 6 inches of daily cover and an additional 6 inches of intermediate cover, shall have a compacted thickness of 12 inches. Intermediate cover will be seeded or sodded within 30 days after placement of the intermediate cover soil layer. Seeding will be in accordance with Section 2.4. Grass on intermediate cover shall be established and maintained. The top 6 to 12 inches of intermediate cover shall be stripped and used as daily cover on the working face of the succeeding lift. All areas of the intermediate cover shall be inspected monthly for the first year after it is installed and at least quarterly thereafter for evidence of cracked, eroded, or uneven surfaces. Damaged surfaces shall be promptly regraded and seeded. 1.3-2 b$SfI-1M.97 The top of each lift shall be graded and sloped for adequate drainage to prevent ponding of precipitation on the cover. Cover material shall be compacted in layers not to exceed 6 inches of compacted thickness. This material shall be compacted to meet all applicable Federal and State laws and regulations governing solid waste management. Additional factors to be considered for proper waste disposal procedures shall include the following: The Contractor shall manage his operation to minimize the use of cover material and prevent waste of cover material. While the Contractor will be required to apply the specified thickness of cover material, care shall be taken to prevent the use of excessive cover material which would unnecessarily deplete the available air space. The Agreement shall be based on obtaining all cover material from outside purchase of operations borrow. The Contractor may purchase onsite or adjacent site borrow from the County, if the County wishes to sell borrow material. The County, at its discretion, will conduct surveys and analyses to determine the volume of the solid waste fill, the rate of filling and degree of compaction, the quantity of cover material used, the approximate ratio of cover to solid waste for the landfill, the approximate quantity of cover material required to complete the landfill, and the approximate remaining quantity of cover material available on the site or adjacent sites. If the County determines that excessive landfill capacity or cover material is being utilized, the County shall have the right to require the Contractor to modify his operation to achieve the specified cover with less cover material, and to increase his compaction efforts. c. Final Closure - Final closure of the Class I Landfill will be done in phases using an impermeable barrier layer (geomembrane). The future closure of Class I areas will be classified as a new project and may be performed by Contractor under a contract amendment or competitively bid at the discretion of the County. 1.3.5 Diversion of Runoff from Working Face The landfill shall be operated to minimize drainage of surface water across exposed solid waste on the active working face. At all times when runoff from an area larger than one-half acre could flow across the active working face, a temporary diversion berm shall be installed on the top of the lift upgradient from the working face to divert surface runoff around the working face. The drainage area between the diversion berm and the working face shall not exceed one-half acre. The diverted water shall be spread as thinly as possible to minimize erosion of landfill cover. Any erosion of cover shall be promptly repaired. Sections of temporary diversion berms that are no longer needed to protect the working face shall be promptly removed and the area occupied by the berm regraded to promote uniform runoff of surface water and to minimize erosion. The Contractor shall develop and submit a plan to minimize leachate generation. This plan will be incorporated as part of the Contractors methods of operation plan. Minimizing leachate generation is an important part of Class I operations and the Contractor shall make every effort to 1.3-3 1 control it. Contractor shall pay sewer user charges to Indian River County for leachate treatment. Any increase in user fees will be tied to Consumer Price Index, calculated using the methodology in Section SC -2. No Contractor markup for overhead or profit will be allowed due to increased user. rates. 1.3.6 Completion of Landfill Phases The proposed closure plan for the Class I landfill is to install the closure cap system at specific elevations. Partial closure of the Class I mound is proposed at 95 and 130 feet NGVD. In anticipation of partial closure, the County shall contract for engineering design services. As stated in 1.3.4(c), phased closure will be a new construction project, with construction negotiated with the Contractor or competitively bid. 1.3.7 Operation During Inclement Weather To minimize the adverse impact of wet weather on landfill operations, provisions shall be made either to reserve a wet weather fill area readily accessible from the all-weather on-site road or to provide crushed stone or other suitable surfacing on the temporary on-site road leading from the all-weather road to the working face. In addition, an emergency stockpile of cover material sufficient to provide cover for at least five days, shall be maintained near the wet weather fill arca. The supply of emergency cover material shall be replenished as soon as weather and ground conditions permit. Surface runoff shall be diverted around the stockpile to prevent ponding of water on the landfill surface. 1.3.8 Special Waste Disposal The types of wastes listed below shall not be accepted at the Class I Landfill. The list of unacceptable wastes and handling procedures shall be periodically updated to reflect actual operating experience. If any hazardous, infectious, or unacceptable waste is detected in a delivery, the waste, truck, and driver shall be isolated and the Contractor shall follow the County Waste Screening Plan to notify the appropriate authorities. UNACCEPTABLE WASTES All hazardous wastes as defined by Chapter 62-730 - Florida Administrative Code All infectious wastes except as provided by the Florida Solid Waste Management Rules Liquid Waste Unexpended pesticide containers Raw sewage sludge Septic tank pumpings Raw manure Bulk liquids Semisolids Industrial process sludges 1.3-4 bpiI6S7104.1L97 C Sludges containing free moisture Flammable and volatile wastes (wastes in oil drums) Hazardous and infectious wastes are defined as follows: "Hazardous waste" means a solid waste, or combination of solid wastes, which because of its quantity, concentration, or physical, chemical, or infectious characteristics may: a. cause or significantly contribute to an increase in mortality or an increase in serious irreversible or incapacitating reversible illness; or b. pose a substantial present or potential hazard to human health or the environment when improperly treated, stored, transported or disposed of, or otherwise managed. Biological Waste means any solid waste that causes or has the capability of causing disease or infection and includes, but is not limited to, biomedical waste, diseased or dead animals, and other wastes capable of transmitting pathogens to humans or animals. Biomedical Waste means any solid waste or liquid waste which may present a threat of infection to humans. The term includes, but is not limited to, nonliquid human tissue and body parts; laboratory and veterinary waste which contain human -disease -causing agents; discarded disposable sharps; human blood, and human blood products and body fluids; and other materials which in the opinion of the Department of Health and Rehabilitative Services represents a significant risk of infection to persons outside the generating facility. In addition to the special disposal procedures for the wastes specified, all normal operating and special handling procedures at the landfill shall incorporate the following concepts: Foremen and certified landfill operators shall complete a training program on the identification and handling of hazardous wastes, including in-place County procedures. Foremen and all equipment operators shall be required to complete a basic organization first aid training course given by American Red Cross or equivalent. All personnel shall be trained in fire prevention and fire fighting procedures. All personnel shall satisfactorily complete a "Hazardous materials and waste awareness" class approved by the Department of Environmental Protection, or equal instruction as offered by the University of Florida TREEO center. 1.3.9 Temporary Operational Roads Inert construction and demolition debris suitable for the purpose may be used for on-site temporary road construction or surfacing of access roads to wet weather disposal areas. Any large amounts of construction and demolition debris which will not be used for temporary access roads will be directed to the County's Construction and Demolition Debris Landfill. 1.3-5 4 bp06371114•I8.97 SECTION 1.4 - SUBMITTALS 1.4.1 Records At the end of each month, the County shall provide upon request from the Contractor an activity record summarizing truck deliveries and waste quantities by weight. Truck deliveries and solid waste quantity data shall be obtained from weight tickets received at the gate house. The Contractor shall keep daily records of the number of loads and approximate loose volume of cover material used on the landfill and the source and location of the borrow area used. These records shall be submitted with the Contractor's monthly report to the County in a form acceptable to the County. The Contractor shall keep up-to-date drawings showing intermediate cover work performed, stormwater improvements, and seeding and sodding. Replacement of erosion protection and structures/pipe shall be documented. The data submitted shall be in a form acceptable to the County. 1.4.2 Shop Drawings and Engineering Data This section covers review of equipment and materials used in the operation of the Class I Landfill. Review of equipment and materials used in the infill construction and partial closure construction shall be reviewed under the "submittal" procedure in the Class I Landfill Infill - Segments I and II Contract Forms and Specifications. Engineering data covering alt equipment, materials, and fabricated items which will become a permanent part of the Work under this Agreement shall be submitted to the County for review. • An initial submittal of equipment and/or material will be required, with periodic submittals due to changing conditions or new materials. Submittals subsequent to the initial submittal will be done on a semiannual basis at a minimum. These data shall include drawings and descriptive information in sufficient detail to show the kind, size, arrangement, and operation of component materials and devices; the external connections, anchorages, and supports required; performance characteristics; and dimensions needed for installation and correlation with other materials and equipment. All submittals regardless of origin, shall be stamped with the approval of Contractor and identified with the name and number of this Agreement, Contractor's name, and references to applicable specification paragraphs or Contract Drawings. Each submittal shall indicate the intended use of the item in the Work. When catalog pages are submitted, applicable items shall be clearly identified. The current revision, issue number, and date shall be indicated on all drawings and other descriptive data. Contractor's stamp of approval is a representation to the County that Contractor accepts full responsibility for determining and verifying all quantities, dimensions, field construction criteria, materials, catalog numbers, and similar data, and that he has reviewed or coordinated each submittal with the requirements of the Work and the Contract Documents. 1.4-1 .+,a -:7, "`'"W t1?i I 779 7 S' ?;1Me ties`fly.,f,+y.'.•F"`,t'"...i-4.1E .' . {r •f All deviations from the Agreement shall be identified on each submittal and shall be tabulated in Contractor's letter of transmittal. Such submittals shall, as pertinent to the deviation, indicate essential details of all changes proposed by Contractor (including modifications to other facilities that may be a result of the deviation). Contractor shall accept full responsibility for the completeness of each submission, and, in the case of a resubmission, shall verify that all exceptions previously noted by the County have been taken into account. The County's review of drawings and data submitted by Contractor will cover only general conformity to the Drawings and Specifications, external connections, and dimensions which affect the layout. The County's review does not indicate a thorough review of all dimensions, quantities, and details of the material, equipment, device, or item shown. The County's review of submittals shall not relieve the Contractor from responsibility for errors, omissions, or deviations, nor responsibility for compliance with the Agreement. A minimum of four copies of each drawing and necessary data shall be submitted to the County. The County will not accept submittals from anyone but the Contractor. Submittals shall be consecutively numbered in direct sequence of submittal and without division by subcontracts or trades. Resubmittals shall bear the number of the first submittal followed by a letter (A, B, etc.) to indicate the sequence of the resubmittal. When the Drawings and data are returned marked NOT ACCEPTABLE or RETURNED FOR CORRECTION, the corrections shall be made as noted thereon and as instructed by the County and six corrected copies resubmitted. When corrected copies are resubmitted, Contractor shall in writing direct specific attention to all revisions and shall list separately any revisions made other than those called for by County on previous submissions. When the Drawings and data are returned marked EXCEPTIONS NOTED, NO EXCEPTIONS NOTED, or RECORD COPY, no additional copies need be furnished. No equipment, material, or fabricated items which require the submission of shop drawings or engineering data as defined herein shall be ordered by the Contractor prior to receipt of the submitted drawings or data returned by the county marked EXCEPTIONS NOTED, NO EXCEPTIONS NOTED, or RECORD COPY. 'V4 1.4-2 b$)657 $.ia.m 1 1 1 1 a d SECTION 1.5 - LANDFILL PERSONNEL AND EQUIPMENT 1.5.1 Manpower Requirements and Qualifications a. Staffing Requirements - The Contractor shall provide and train all personnel necessary to perform the Work under this contract. Sufficient backup personnel shall be available to properly staff the Work during periods of sickness, vacations or other absences of regular personnel. Staffing requirements shall meet the minimum required by FDEP. b. Employee Behavior - All persons employed by the Contractor shall be competent, skilled and qualified in the performance of the Work to which they are assigned. Any employee of the Contractor who engages in misconduct or is incompetent or negligent in his duties or is disorderly, dishonest, intoxicated, under the influence of drugs, or discourteous, shall be removed from the Work by the Contractor. Scavenging by the Contractor, his employees, or any other persons is forbidden. If any person employed on the Work by the Contractor shall appear to the County to be incompetent or to act in a disorderly or improper manner, or to engage in scavenging, such person shall be removed immediately on request of the County and shall not again be re-employed on the project without the prior written consent of the County. c. Employee Training - The Contractor shall ensure that his employees receive adequate training before their starting date of service under this Agreement. All personnel shall be trained in recommended fire prevention and fire fighting procedures and in the detection of unacceptable waste as defined herein. Employee training is also specified in the solid waste disposal procedures section. The Contractor shall employ certified operators as required by Florida Solid Waste regulations. The costs of employee training shall be borne by the Contractor. 1.5.2 Equipment Requirements The Contractor shall provide equipment necessary to perform the work for Class I operations and maintenance, and shall be in accordance with requirements.of FDEP. Sanitary Landfill Compactors shall be equipped with a refuse disposal blade and shall have a minimum unballasted operating weight of 25,000 lbs., and a minimum net flywheel horsepower of 300 at rated RPM. Crawler dozers shall have a minimum of 195 net flywheel horsepower and shall have a minimum weight of 50,000 lbs. Crawler dozer shall be either hydrostatic or power shift drive. Wheel scraper shall have a minimum of a 2 1/2 cubic yard bucket and shall have a minimum of 200 net flywheel horsepower. Minimum operating weight shall be 53,000 lbs. 1.5-1 bp$ 57YN-1NA7 In addition, the Contractor shall provide all equipment required for any negotiated on-site or adjacent site borrow operations, and for operation and maintenance of the Class I landfill and ancillary facilities in accordance with the Agreement and the rules and regulations of the Florida Department of Environmental Protection. Each item of equipment shall be specifically designed for the function it performs and shall be maintained in good working order at all times. The manufacturer's recommendations regarding Specifications for landfill operation shall be followed. Only equipment required for the Work, including essential backup units, and which is in good working order or undergoing expeditious repair will be permitted at the landfill site. Equipment shall be stored in a location and manner to minimize its visibility to persons off the landfill site. Back up alarms shall be provided and maintained in proper working condition for all landfill heavy equipment. 1.5-2 b3rM-I1147 SECTION 1.6 - ENVIRONMENTAL MONITORING AND CONTROL 1.6.1 Dust Whenever dusty conditions prevail, the unloading area and the newly discharged solid waste shall be sprinkled with water as required to control dust. The paved on-site roads to the Class i area shall be swept frequently and the other on-site roads and surfaced areas shall be treated with water to effectively control dust. All areas subject to traffic, including areas traversed by earth moving equipment in excavating, hauling, and spreading cover material, shall be sprinkled with water, if required, for dust control. Newly covered areas of the fill shall be sprinkled if necessary. Water can be obtained from the stormwater pond or from the sedimentation ponds, and generally shall be hauled and sprinkled by tank truck. Areas inaccessible by truck shall be sprinkled by hoses. If surface water sources are inadequate, the Contractor shall obtain necessary water from other non -potable on-site sources with permission of the Landfill Supervisor. Water from the potable supply system at the administration/maintenance building shall not be used for dust control. Tank trucks shall not be refilled from the potable water supply system. 1.6.2 Litter Portable litter screens shall be provided by the Contractor and shall be arranged downwind of the working face of the fill. The screens shall be kept as close to the working area as possible without unduly interfering with the landfill operation and shall be moved promptly when required by changes in wind direction or progress of the fill. Additional screens or alternate measures shall be employed by the Contractor as required to keep blowing litter from escaping the working area. Daily monitoring and cleanup of all roadside dumpings and all litter shall be provided for the • following areas: • The Class I Landfill within the operations area including the portable litter screens and fences. �+ The slopes or Segment 1, at the Inn segment, and Seg,;;eiit D: slid all aeras between the landfill cell side slopes and the north and west property lines of the landfill site. • The paved Class I access road from the scale house to the west fence line. • All swales, ditches, and stormwater structures immediately adjacent to Class I areas or adjacent to the Class 1 access mad. a Areas requ;i 4 cleanup as a result of bJotviitg or~ drbppW Class I waste. All monitoring and cleanup of litter shall be performed to a quality standard satisfactory tb the County Landfill Supervisor. All collected materials shall be disposed of in the landfill. 6. 1.6-1 bg0657104-18-97 1.6.3 Odors Odors shall be controlled to the greatest extent possible by complete and prompt covering of all solid waste on the day it is received at the landfill. Additional odor controls as necessary will be the responsibility of the County. If a gas control system is constructed during the Contract period, operation and maintenance of the landfill gas management system will be negotiated as an amendment to this Contract. 1.6.4 Vectors and Birds Insects, rodents and other vectors, and birds shall be effectively controlled by prompt covering of the solid waste with at least 6 inches of compacted soil or temporary cover (18 hour rule). No insecticide is permitted to be applied without the prior written approval of the Director or his designee. 1.6.5 Noise All landfill equipment shall be provided with mufflers or other effective noise control devices. 1.6.6 Erosion and Sedimentation Erosion and sedimentation shall be controlled by construction and maintenance of drainage ways, and by seeding and effective erosion control measures, all in accordance with the requirements of the Contract Documents. Grassed drainage ways shall be mowed regularly when the grass reaches a height of 8 inches and maintained to assure effective erosion control and flow capacity. 1.6.7 Gas Landfill gases shall be controlled by minimizing entry of moisture into the waste and by constructing an impermeable barrier around the sides of the landfill and application of compacted intermediate cover. The placement of an impermeable barrier will be done in phased closure projects as described in the operation permit application. The County shall be responsible for the monitoring and documentation of all gases as required, (i.e., methane monitoring plan, solid waste permit). 1.6.8 Leachate The characteristics and amount of leachate generated in the landfill shall be controlled by controlling the types of solid wastes accepted and by limiting the amount of infiltration. Contractor shall pay sewer user charges to County for quantity of leachate collected and pumped through the Class I leachate pump station. Only normal municipal solid wastes shall be accepted at the landfill. Toxic and hazardous ,wastes or wastes listed in Specification Section 1.2.8 "Special Waste Disposal"shall not be accepted: Leachate quality monitoring is performed by the County to allow continued acceptance of leachate at an offsite County -owned wastewater treatment facility. 1.6-2 bp0637104118-97 Infiltration of precipitation into the landfill shall be minimized by providing adequate drainage at all times, by covering the solid waste daily, by covering completed areas of the fill with one foot of compacted earth as intermediate top cover, and by establishing grass cover on the intermediate top cover to promote runoff of surface water and evapotranspiration of moisture which infiltrates the earth cover. Leachate is, or will be collected from the infill side slope of Segment I, the infill lateral expansions and Segment II. The Contractor shall maintain the infill and Segment II leachate collection pipes to the influent entrance of the leachate pump station in accordance with the Class I operations permit. The leachate pump station will be operated and maintained by the County. The Contractor shall comply at a minimum with the Leachate Management Plan including but not limited to (1) Collection System Design (2) Routine inspection (3) Maintenance of leachate collection system (4) Leachate management contingency plan. 1.6-3 4.1.6- 69118371111-111-97 1 1 1 a v 0 3 3 1 1 SECTION 1.7 QUALITY CONTROL 1.7.1 Testing Laboratory Service All tests which require the services of a laboratory to determine compliance with the Agreement shall be performed by an independent commercial testing laboratory under contract to the County. The laboratory shall be staffed with experienced technicians, properly equipped, and fully qualified to perform the tests in accordance with the specified standards. 1.7.2 Testing Laboratory Services Furnished by Contractor Contractor shall be responsible for all testing laboratory services in connection with concrete materials and mix designs, the design of asphalt mixtures, gradation tests for embedment, fill, and backfill materials, and all other tests and engineering data required for the County's review of materials and equipment proposed to be used in the Work. Contractor shall obtain the County's acceptance of the testing laboratory results before having services performed, and shall pay all costs for services. 1.7.3 Testing Laboratory Services Furnished by County County shall pay all charges of testing laboratories for quality control tests made in the field or laboratory on asphalt mixtures, moisture -density (Proctor) and relative density tests on fill and backfill materials, in-place field density tests on fills, during and after their incorporation in the Work. Field sampling and testing will be performed by the County or testing -laboratory personnel, in the general manner indicated in the Specifications, with minimum interference with construction operations. County shall determine the exact time and location of field sampling and testing, and may require such additional sampling and testing as necessary to determine that materials and equipment conform with data previously furnished by Contractor and with the Agreement. Arrangements for delivery of samples and test specimens to the testing laboratory will be made by the County. The testing laboratory shall perform all laboratory tests within a reasonable time consistent with the specified standards and shall furnish a written report of each test to the County. Contractor shall furnish all sample materials and cooperate in the sampling and field testing activities, interrupting the Work when necessary. When sampling or testing activities are performed in the field by the County or testing laboratory personnel, Contractor shall furnish personnel and facilities to assist in the activities. The County shall not retain any testing laboratory against which Contractor has reasonable objection, and if at any time during the landfill operations contract the services become unacceptable to the Contractor, he may request in writing that such services be terminated. The request must be supported with evidence of improper testing. If the County determines that sufficient cause exists, the County shall terminate the services and engage a different testing laboratory. • .4,±4!k(1,1- = 1.7-1 :re •:�:F;jt�:�S'-' }` •,,; , r:. ;f;�;3•.i;'•„2�i''',%�j��,,a•':'': 1.7.4 Transmittal of Test Reports Written reports of tests and engineering data fumished by the Contractor for the County's review of materials and equipment proposed to be used in the Work shall be submitted as shop drawings as specified. . . •-4 • • • t • 1.7-2 tip116511114.11497 1 1 v 1 1 SECTION 1.8 DRAWINGS 1.8.1 Scope Information on the existing Class I cells is provided in the construction drawings for the Infdl Segment between the existing Segment I and Segment II Class 1 landfill. Drawings of the existing Segment I and Segment II landfills are included in the operations permit submittal document as referenced in the list of reference materials in Section B-9 of the Contract. The 1996 Annual Volume Survey is also available from the Solid Waste Disposal District. 1.8.2 Class I Landfill Infill Construction Drawings List Drawing Index Sheet Number Cover Sheet General Index, Legend, Abbreviations. and General Notes G-1 Ghdl Existing Site Plan/Project Overview C-1 Existing Grading Plan/Lbw/Closure Cap Location C-2 Demolition Plan/Site Plan Overview C4 Proposed Grading Plant - Top of InnII Subgrade and Top C-4 of Geomembrane Liner Leachate Collection Piping Plan and Details 05 Cell Liner Sections C•8 Ceti Liner Sections C4A Reserved for HDPE Panel Layout C-7 Stormwater System Details and Sections C-8 Omura Grading PlarYGeneral Gtregin8 Phan 6-9 • North Segments 1 b 11 Closure Grading Plan/General Grading Plan C•10 - South Segments 1 & II Liner Details CD -1 Liner Details CD -2 Segment 11 Closure and Stormwater Letdown Structure CD -3 Sections and Details Demolition and Modification Details CD -4 Liner and CM Details CD -5 Roadway and Civil Details CD -8 , .t , 1.8-1 406SNI418.97 1: Qi n,ti nfi.,:�fi �. • SECTION 2.1 - EARTHWORK Specifications for Contract Operations of the Segment I, Segment II and Infill Segment of the Class I Landfills Part 1 General "Contract Operations" Specifications shall supersede Specifications and Contract Documents for the Infill Segment Construction and for the Segment II partial closure construction for the Operations Agreement. Construction Specifications for the infill construction and the partial closure, as contained in the Contract Forms and Specifications for the Class I Landfill Infill Segments I and II will be used for the construction project. 1.01 Scope a. This item shall consist of excavating, hauling, placing and grading all earth materials within the limits of the operations work as indicated on the Drawings, on-site in -cell road construction, trenching and backfill, excavation for landfill cover, and related earthwork, all in accordance with these Specifications; the requirements set forth in other sections of these contract documents; and in conformity with the dimensions, typical sections, contours, and lines and grades indicated on the Drawings. b. Reports of previous geotechnical investigations of the landfill site may be examined in the County office. The Contractor shall familiarize himself with the reports and the subsurface conditions at the site, on adjacent sites. 1. 2. Subsurface information has been obtained with reasonable care and recorded in good faith, with reasonable interpretation placed on the results and character of materials and conditions to be expected. No warranty is made by the County as to its accuracy or completeness. The Contractor must interpret subsurface information according to his own judgment and not rely upon it as accurately descriptive of subsurface conditions which may be found to exist. The information is made available to the proponent only in order that he may have access to the same information available to the County. c. All suitable material taken from excavation shall be used in the formation of embankments, for backfilling, for covering the landfill, and for other required earthwork. Part 2 - Materials 2.1-1 bpOMNM.Ie vt th r. '! a' • ,litAk .!l .c . .I �s k, Ky'E" ftfi!7.,1A'' i1V "SSM') MMie z ' ria 2.01 Availability The Contractor shall be responsible for purchase excavating, hauling and placement of soils used in landfill operations and maintenance. 2.02 Classifications a. The soils used for embankment, drainage ways, compacted soil cover, and subgrade construction (underlining systems) shall be inorganic sands and silts free of roots, woody vegetation and other deleterious material. The maximum permissible soil clod size Contained in the landfill cover shall be 4 inches. Frequency of deleterious material shall be such that its presence does not adversely affect the landfill operation. b. Topsoil may consist of a mixture of organic clay, silt, and sandy loams containing root fibers, capable of supporting grasses. Part 3 - Construction 3.01 General a. Prior to the start of operations, the Contractor shall submit to the County, for review, the proposed procedures in connection with excavation, moving, placing, and disposition of all materials. Contractor shall not import unsuitable material onto the landfill site. b. If the Contractor purchases borrow from the County, and operates the borrow operations, the Contractor shall strip all topsoil from excavation and fill sites. Topsoil shall be stockpiled for future use in final grading and establishing vegetative cover on the completed landfill. If borrow is purchased from the County any material determined unsuitable shall be disposed of within site boundaries where directed by the County. c. The Contractor shall inform and satisfy himself as to the character, quantity and distribution of all material to be excavated. No material shall be removed from the site without the written approval of the County. All stockpile areas shall be leveled to a uniform line and section and shall present a neat appearance. 3.02 Excavation a. Any onsite excavation to obtain borrow for landfilling operations through a borrow contract with the County shall be performed as indicated on the stormwater permit Drawings which are available from the Solid Waste Disposal District or Engineer (Camp Dresser .& McKee Inc.). b. The Contractor shall be responsible for ensuring positive drainage of all existing and newly graded areas and other construction areas to the stormwater pond south of Segment I and Segment II. During each phase of the Work, all necessary temporary erosion control measures and devices and drainage ditches shall be provided at no additional cost to the County. 2.1-2 0911657101-11147 ArtPixTIFVERVAVIRPM c. If, at the time of excavation, it is not possible to place any material in its proper position in the permanent construction or landfill operation, it shall be stockpiled in approved areas for later use. d. The Contractor shall not raise or lower the grade shown in the operations permit submittal document. The right is reserved by the County to make minor adjustments or revisions in lines or grades, if found necessary, as the Work progresses to obtain satisfactory construction and operation. e. All cut -and -fill slopes shall be uniformly dressed to the slope, cross section, and alignment indicated on the Drawings. All slope surfaces shall be compacted after final grading with at least three passes with approved compaction equipment therefore to produce a smooth, dense, stable surface. f. AB boulders, rocks, cobbles, construction rubble, and other items, 4 inches or greater in size, encountered and removed from the excavation in executing the Work, regardless of the size of equipment employed by the Contractor to accomplish this work, shall be considered deleterious material. The Contractor shall remove and discard this material on-site within a reasonable time, as determined by the County, at no cost to the County. In the event that deleterious material has been excavated from below the required grades indicated on the Drawings, the Contractor shall backfill and grade the excavation in the manner specified. 3.03 Seepage and Flood Flows a. The Contractor shall take all necessary precautions and shall furnish equipment, if required, to handle any groundwater, storm, and surface flows that may be encountered at any time during the construction of the Work and operation of the Class I Landfill and shall assume all costs connected therewith. Additionally, if there is seepage from the Class I Landfill arising for any reason other than the design or construction of the Class I Landfill, Contractor shall be responsible for handling such seepage. On the other hand, if such seepage arises from the design or construction of the Class I Landfill, the Contractor shall be responsible for handling such seepage, and County shall reimburse Contractor for all costs incurred in handling such seepage. The manner of providing for these flows shall be subject to the approval of the County. b. The Contractor shall be responsible for drying purchased soils excavated from any onsite or offsite borrow areas to the proper moisture content for cover placement and compaction. Contractor shall be permitted to defer the drying of any soils used for closure in extreme weather conditions. 3.04 Inspection and Testing a. The County will retain and compensate an independent testing laboratory to make visual inspections of the operational procedures, and who will make random in-place field thickness tests to determine that the cover is being constructed in accordance with the Specifications. 2.1-3 bpUf.S7 11147 _Fg•+3-w:eiY'r. ^'r:�:17(�#+ii,41�?�t�. ?�?t:�+.. i+`i+il`: C'jjpj; i�, { '•.iJ'� ala' .,ln, .[�; swti+iOl ,. . J - SECTION 2.2 - EROSION AND SEDIMENTATION CONTROL 2.01 Scope The Work covered in this section shall include the materials, labor, installation, and maintenance of all devices necessary for the control of erosion and sedimentation as shown on the plans as stated in the operations permit and operations plan, or as directed by the Director. 2.02 General Requirements The Contractor shall take necessary measures to minimize soil erosion, siltation, water pollution, and air pollution. All devices and appropriate measures as required by the FDEP or the Florida Department of Transportation Roadway and Traffic Design Standards (latest editions) shall be installed prior to land disturbing activity and/or as work progresses. Failure on the part of the Contractor to perform the necessary measures shall result in the following actions: a. Notification to the Contractor of measures to be completed. b. If the Contractor fails to perform as directed by the Director within twenty-four (24) hours after notification, the Director may suspend work without extension of Agreement time. c. The Director shall allow the necessary work to be performed by other's at the Contractor's expense. 2.03 Erosion and Siltation Control The Contractor shall take reasonable precautions to prevent the eroding of soil and sedimentation damage to the project site, surrounding water bodies, water courses, and adjacent property. The Contractor shall be liable for any damages resulting from insufficient erosion and siltation control measures. 2.04 Execution of Work Temporary and permanent erosion control measures will be provided as required by existing site permits, the FDOT standards or as directed by the Director. All temporary controls shall be removed after site stabilization. 2.2-1 bp0657104-1847 • SECTION 2.3 - DRAINAGE WORKS Part 1 General 1.01 Scope a. Drainage work consists of furnishing all plant, labor, equipment and materials necessary for the construction and maintenance of drainage ways at locations where drainage ways are necessary for removing surface runoff from the Class I Landfill with minimal soil erosion. Adequate drainage ways to distribute runoff without ponding or erosion shall be provided during all stages of the landfill operation and for any portions of the landfill completed with intermediate cover or to final grades under this Agreement. 1.02 Interim Drainage Ways a. Due to the proposed phased closure of the Class I Landfills, the Contractor will be required to install interim drainage ways to meet the permanent system installed on the 55 -foot NGVD terrace. Contractor shall have the option of using alternative materials and methods for the drainage ways to convey surface runoff down the face of the landfill phases. Methods may include riprap channels, corrugated metal pipe lined channels, plastic pipe lined channels or removable gabion baskets. Any altemative method used shall effectively convey landfill runoff down the slope of the landfill phases, prevent its entry into the solid waste, prevent erosion, cause no adverse environmental impact, be acceptable to the County, and result in no additional cost to the County. If the County determines that the method being used does not accomplish the results stipulated above, County shall have the right to require Contractor to modify the methods and materials used to accomplish the specified results. Part 2 Materials 2.01 Soil for Grassed Drainage Ways a. Grassed Drainage Ways shall be used on terraces to convey stormwater to interim letdown drainage ways. Soil suitable for supporting growth of vegetation in drainage ways shall be obtained from offsite sources or purchased from the County. 2.02 Erosion Control Fabric a. Erosion control fabric shall be used on slopes where seed is used for the establishment of grass cover. Jute or excelsior mat shall be as specified in the seeding section. 2.03 Straw a. Straw for erosion control purposes shall be as specified in the seeding section. 2.3-1 bp11 57YM-1R•97 'j1'�¢ p27rh`i 2.04 Loose Riprap or Riprap for Gabion type letdowns. t2 - a. Riprap shall be hard, durable rock that will not disintegrate upon exposure to the elements or be easily broken by handling, and shall be reasonably free from earth and other foreign materials. Individual stones shall be approximately rectangular in cross section and free from thin slabby pieces. The unit weight of the riprap shall be at least 140 pounds per cubic foot. Riprap used for loose rock letdowns shall range between 50 and 150 pounds, shall have a minimum dimension of 6 inches in any plane and a maximum of 12 inches. If gabions are used, they shall be filled with a stone gradation recommended by the gabion manufacturer. b. The proposed source of riprap shall be designated not less than 60 days before starting riprap placement. No riprap shall be used before review or approval of the designated source by the County. 2.05 Corrugated Metal Pipe Culverts for Temporary and Interim Stormwater Conveyance a. Bituminous coated corrugated metal pipe or aluminum culverts shall be furnished and installed complete with all jointing materials and necessary accessories. b. Materials shall conform to the applicable provisions of the "Specifications for Highway Materials" of the American Association of State Highway and Transportation Officials, as follows: 1. Circular pipe and pipe arches shall be AASHTO M-190, Type A, circumferentially or helically corrugated, galvanized, fully bituminous coated, 14 gauge. 2. Fittings and coupling bands shall be same material as pipe, with widths and construction as required by AASHTO M-36. 3. End sections shall be manufacturer's standard dimensions, details, and gauges. 2.06 Pipe Embedment a. Granular embedment shall be crushed rock or pea gravel with not less than 95 percent passing a 1/2 -inch sieve and not less than 95 percent retained on a No. 4 sieve; to be placed in not more than 6 -inch layers and compacted by slicing with a shovel or vibrating. b. Compact embedment shall be finely divided material free from debris, organic material, and stones, placed in uniform layers not more than 8 -inches thick, and compacted to 95 percent maximum density as determined by ASTM D698 or graded gravel. Granular embedment may be substituted for all or part of compacted embedment. c. Hand placed embedment shall be finely divided material free from debris and rocks. �.�- 4 nt:�:iaK!'i'. Cyt'; • 2.3-2 .:' •'}TIC7 l'Ar •yt?:l¶;'{M'MMIIPIMeltA irMr..-morhsnuxanr.cnrocawwtiw.-............•. ev0657104,I8.97 Tr 01. A 1 1 0 s Part 3 Construction 3.01 Earthwork er � a. The Contractor shall do all excavating, filling, shaping, grading, and other earthwork required to construct and maintain drainage ways that shall convey the runoff from the drainage area tributary to each drainage way. Earthwork shall conform to applicable requirements of the earthwork section. 3.02 Temporary Drainage Ways a. The Contractor shall construct temporary, grassed drainage ways on top of the constructed, but unfilled cell area protective soil layer and on each "intermediate cover" terrace of the Class I Landfill. The earth cover on each lift shall have a minimum thickness of 24 inches under the drainage way. The drainage ways shall be broad, shallow swales or flat-bottomed ditches with sufficient capacity to convey the runoff at a shallow depth and slow velocity to minimize erosion. Transition sections shall be provided at the interim letdown downstream end of each drainage way on a landfill lift to direct the flow to the temporary letdown that conveys runoff down the slope of each landfill phase. Each temporary drainage way shall be constructed as soon as possible after the landfill lift has been placed at the site of the drainage way and shall be maintained until covered with the next lift of solid waste. b. The Contractor shall construct temporary grassed drainage ways at other locations where they are required for conveying concentrated runoff and preventing erosion, as determined by the Sanitary Landfill Supervisor. c. The Contractor shall relocate the stormwater diversion barriers on the Segment I east side slope, and place sand in accordance with the operational sequence outlined in the operations permit application. The County Solid Waste Disposal District Supervisor or his designee must be present when diversion berm relocation is in progress. The Contractor shall also permanently cap the temporary stormwater piping as shown on the infill segment plan set. The Solid Waste Disposal District Supervisor shall observe the plugging of temporary stormwater pipes. 3.03 Drainage Stabilization a. The Contractor shall, upon completion of grading and shaping of each temporary grassed drainage way, proceed with stabilization by fertilizing, seeding, mulching or sodding in conformance with the seeding and sodding section. Stabilization work shall be performed as soon as conditions permit in order to minimize erosion. 3.04 Corrugated Metal Pipe Culverts a. Where temporary roadways are constructed across grassed drainage ways, the Contractor shall install corrugated metal pipe culverts. Culverts shall have sufficient capacity to pass 2.3-3 s. eplASs, .Is.97 311, the runoff from the tributary area resulting from the design storm having a 10 year recurrence interval with an upstream water depth of 15 inches. End sections shall be furnished and installed on both the inlet and outlet of each culvert. Stone riprap shall be installed as required to control erosion. b. Pipe, fittings, couplings, and accessories shall be handled in a manner that will ensure installation in sound, undamaged condition. Equipment, tools, and methods used in unloading, reloading, hauling, and laying shall be such that the pipe, fittings, couplings and accessories are not damaged. The Contractor shall repair any damaged pipe coating before installing the pipe. c. Where culvert pipe is to be laid on existing ground and on or under fill, the Contractor shall construct the embankment to a height of at least 9 inches, but not mom than 3 feet above top of pipe and then excavate a trench to receive the pipe. Trench shall be no wider than necessary to permit proper tampling of embedment around the pipe. d. The interior of all pipe, fittings, and couplings shall be thoroughly cleaned of all foreign matter before being installed. Before jointing, all joint surfaces shall be wire brushed if necessary, wiped clean, and kept clean until jointing is completed. e. Each run of corrugated metal pipe shall be laid to grade. Sections of the corrugated metal pipe shall be joined using metal coupling bands, centered on the joint, and with the pipe sections as close together as possible. Each coupling band shall be bolted in place and tightened sufficiently to ensure a tight joint and to form a continuous conduit capable of resisting all stresses. f. Culverts shall be maintained to ensure full flow capacity at all times. Temporary culverts no longer required for operation of the landfill shall be removed and the grassed drainage way restored. If in sound condition, removed pipes may be reused for construction of temporary culverts. 2.3-4 bp$SN14.Ie.97 111 11. SECTION 2.4 - SEEDING Part 1 General a 3 v 1.01 Scope a. This section specific materials and procedures for seeding short-term and long-term grass covered areas as required for soil erosion control. It also identifies areas requiring sod. b. The following areas will IIQI require seeding: 1. Active borrow areas and earth haul routes. 2. The daily cover on top of landfill lifts that have not received 6 inches of intermediate top cover. c. The following areas shall be seeded for short-term cover (temporary seeding): 1. Intermediate cover on the slope of fill at completion of filling of the phase. 2. Inactive borrow areas as directed by County. 3. Any other areas requiring seeding that will be disturbed again within 180 days of seeding. d. The following areas shall be seeded with long-term cover (permanent seeding): 1. All intermediate cover on top of completed phases which will not undergo final closure within 180 days. 2. Shallow drainage ways where grass cover was disrupted by solid waste filling or earth moving operations. 3. Any other areas, except drainage ways, which require seeding that will not be disturbed for 12 months or longer after seeding. e. All seeded areas shall be mulched or use erosion control matting as specified in 1.03(e). f. Topsoil shall be provided prior to long-term seeding. g. The following area will be sodded: 1. All slopes 3:1 horizontal/vertical in drainage ditches 2. Side slopes of Class I Landfill which are 3:1 (horizontal to vertical) and upon which it is not possible to establish cover by seed or natural plant seeding. 2.4-1 bp06571111.111.97 S` � �� Y1 t:(i 4'i/2. 1 f7 }�r?� Edi £i4, i 4T U'�t{,s�f�'' =." "`i. '(.t5'• '1 (oto ff an } )" r,Y `'�i.,,.L'x>'Y� �'��rCt�'✓bn::�40�4Yq�u�a'"i:�ix �F:•.:N ," ��%«1�s,� r;{^Fig;; y4�ci �'f1 24x tr'-.�a� "�R a5%�yy��'��� ����l'Sri�.: 't�f. �x �dx'�.� �'35.•l9 Sodding shall be used at the discretion of the Contractor's Landfill Superintendent. Contractor shall sod areas of the active landfill as directed by the Solid Waste Disposal District Director for erosion control. 3. The Contractor shall not be required to sod areas of the landfill at final grade, which will be closed in future phased closure construction projects, except for the purpose of erosion control. 4. The Contractor shall place sod for maintenance of closed portions of Segment I and Segment II. 1.02 Maintenance a. Areas of short-term cover shall be maintained through germination and establishment and for the duration of the cover until redisturbed for landfill operations. b. Areas of long-term cover shall be maintained through germination and establishment and for the duration of the cover until redisturbed for landfill operations. Areas of permanent cover, i.e., areas of final grade that are seeded for long-term cover and would not be disturbed again during the period of this Agreement, shall be maintained for the duration of this Agreement. c. Maintenance shall include repair of erosion damage, reseeding, maintenance of mulch, and resodding. 1. Original grades of the grass areas shall be maintained after commencement of seeding operations and sodding and during the maintenance period. Any damage to the finished surface by erosion or other causes shall be promptly repaired. 2. Mulch and/or erosion control fabric shall be maintained until overgrown by grass seedlings. Material that has been removed from the site by wind, water, or other forces shall be replaced and secured. 3. Watering will not be required unless directed by the Solid Waste Disposal District Director or his designee for protection of seed or sod. The Contractor shall provide equipment and water. The Contractor will make provisions for watering when it is needed. The Contractor shall be fully responsible for maintenance of grades and control of erosion by seeding or sodding. The Contractor may elect to water seeded areas or sodded areas, when not directed by the County. No payment allowance will be made by the County to expedite germination and establishment of the cover. 2.4-2 dee ;,rte zeaa uae a son m r rrsrig x-.=,n,..ax4- .M 7• :,LIZIMM..T.TA ^ r IPIPPARMENC:S IEWI•!aF ARIA.1- ep16rnw•re•vr 1.03 Materials • "fit 41 .'x�Sa4 1 a. Superphosphate shall be composed of finely ground phosphate rock as commonly used for agricultural purposes containing not less than 20 percent available phosphoric acid. b. c. Fertilizer. 1. Fertilizer shall be a complete fertilizer, the elements of which are derived from organic sources. Fertilizer shall be a standard product complying with State and Federal fertilizer laws. Submit representative soil samples for analysis by a private laboratory to determine nutrient deficiencies and outline a proper fertilization program. Contractor shall pay all analysis costs. 2. Percentages of nitrogen, phosphorus and potash shall be based on laboratory tests on soils and approved by the Solid Waste Disposal District. For the purpose of bidding, assume 6 percent nitrogen, 6 percent phosphorus and 6 percent potash by weight. At least 50 percent of the total nitrogen shall contain no less than 3 percent water -insoluble nitrogen. 3. Fertilizer shall be delivered to the site, mixed as specified, in the original unopened standard size bags showing weight, analysis and name of manufacturer. Containers shall bear the guaranteed statement of analysis, or a certificate of compliance covering analysis shall be furnished to the Engineer. Store fertilizer in a weatherproof place and in such a manner that it will be kept dry and its effectiveness will not be impaired. Seed 1. The following seed mixture shall be used for temporary cover in areas where operations will resume in 180 days: 100% of Pensacola Bahia 2. Seed for Interim or Intermediate Cover The following seed mixture will be used for interim or intermediate vegetative cover in areas which have reached final elevation (prior to permanent closure) or in areas in which filling operations will not resume within 210 days. 100% of Pensacola Bahia 3. For paragraphs 1.03 (c) and (d) seed variety and seed purity shall be certified by the Manufacturer/Supplier or a certified lab. Contractor shall pay all costs for seed testing and independent laboratory certification. 2.4-3 eg1657W4.Ie•97 D. Sod a. Sod shall be Pensacola Bahia of firm texture having a compacted growth and good root development as approved. Sod shall meet Florida State Plant Board Specifications, absolutely true to varietal type and free from weeds or other objectionable vegetation, fungus, insects and disease of any kind. Before being cut and lifted the sod shall have been mowed three times with the final mowing not more than a week before cutting into uniform dimensions. E. Mulch Mulch shall be used to stabilize seed. Quality of the mulch will conform to the Specifications as follows: Grain Straw and Tame Hay - mulches shall contain no more than a minimum of grain or foreign seed and be free from an excessive amount of restricted noxious weeds as defined by the Florida Department of Agriculture at the time of use of the mulch; also, there shall be compliance with all applicable state and federal domestic plant quarantines. Mulch must not be rotted, molded, or otherwise damaged. Must be air dry, threshed and free of clumps. straw or hay mulch cut with a rotary type cutter will not be acceptable. Jute Matting - shall be of a uniform open plain weave of single jute yarn, 48 inches in width plus or minus 1 inch. The yarn shall be of a loosely twisted construction and shall not vary in thickness by more than on -half of its normal diameter. There shall be 78 warp ends, plus or minus 2, per width of the matting; 41 weft ends, plus or minus 1, per linear yard; and the weight shall average 1.22 pounds per linear yard of the matting with a tolerance of plus or minus 5 percent. Excelsior Matting - Excelsior matting shall be a machine produced mat or blanket of curled wood excelsior with a least 75 percent of the fibers having a minimum length of 8 inches. It shall be 36 inches or 48 inches in width, plus or minus 1 inch; have a minimum thickness of 1/4 - inch; and weight shall average 1.07 pounds per linear yard of matting with a tolerance of plus or minus 5 pounds per linear yard of matting with tolerance of plus or minus 5 percent. The excelsior matting shall be covered on the top side with a woven fabric consisting of either twisted paper cord, cotton cord, or plastic cord having a minimum mesh size of 1 -inch x 1 -inch, and a maximum mesh size of 1:1/2 inches x 2 inches. 1.04 Preparation of Seedbed for Temporary Seed, Interim Seed or Temporary Sod Any ripples, rills, gullies, or washouts must be filled to the original level of construction with suitable soil material. Apply fertilizer at a rate of 1000 lbs./acre and 20 percent super phosphate at a rate of 500 lbs./acre, and uniformly mix into the top six inches of the soil. Spreader truck will not be approved for use on slopes over 10 percent. 2.4-4 bp4637414.111•97 Complete land preparation by smoothing the seedbed with a tandem disk, spike -tooth harrow, or other equipment approved by the Director or Engineer. After seedbed is smoothed, remove from all areas to be vegetated any rocks, roots, limbs, or other debris which would interfere with seeding or mowing. Immediately before any seed is to be sown, the ground surface shall be scarified as necessary to a depth of one inch and shall be raked until the surface is smooth, friable, and of uniformly fine texture. The areas shall be seeded evenly with a mechanical spreader using the seed/rate combination herein before specified and lightly raked. 1.05 Seed Installation Apply the lawn seed with a drop type or broadcast spreader at the rate of eight pounds per 1,000 square feet for temporary seed mixes and at a rate of 8 pounds per 1,000 square feet for interim seed mixes. Apply half the seed in one direction and the remainder at right angles to the first seeding. After applying the seed, rake the seed into the seed bed and roll with a lawn roller. Water the seeded area lightly and again roll the area with a light lawn roller to assure firm contact of the soil and seed. 1.06 Mulching for Seeded Areas After seeding, all areas shall be covered with grain straw or matting. The rate of application of' grain straw shall be at least two tons per acre. It is essential that distribution of the mulch be uniform. Where a delay in the establishment of permanent vegetation is desirable due to adverse weather conditions, a temporary mulch cover will be required by the Director. 1.07 Bed Preparation for Sodding Areas to be sodded shall be cleared of all rough grass, weeds, and debris and the ground brought to an even grade as approved. The soil shall then be thoroughly tilled to a minimum 6 inch depth. Superphosphate at a rate for bidding purposes of 5 pounds per 1,000 square feet and complete fertilizer at a rate for bidding purposes of 16 pounds per 1,000 square feet shall be evenly distributed over the entire area and cross-disced in to a depth of 4 to 6 inches. The areas shall then be brought to proper grade, free of sticks, stones, or other foreign matter over 1 -inch in diameter or dimension. The surface shall conform to finished grade, less the thickness of sod, free of water -retaining depressions, the soil friable and of uniformly firm texture. 2.4-5 by 37 WI8.97 1.08 Sod Handling and Installation During delivery, prior to planting and during the planting of the lawn areas, the sod panels shall at all times be protected from excessive drying and unnecessary exposure of the roots to the sun. All sod shall be stacked during construction and planting so as not to be damaged by sweating or excessive heat and moisture. After completion of soil conditioning as specified above, sod panels shall be laid tightly together so as to make a solid sodded lawn area. On mounds and other slopes, the long dimension of the sod shall be laid perpendicular to the slope. Immediately following sod laying the lawn areas shall be rolled with a lawn roller customarily used for such purposes and then thoroughly watered. Sufficient watering shall be done by the Contractor to maintain adequate moisture for optimum development of the lawn areas. Freshly sodded areas shall receive no less than 1.5 inches of water per week. 2.4-6 4116571114.1847 • A,h l�:�E :iCj P...-. T>.Cl���h dCn y'."�i- r>, s s T3%�i°n �- �!'�•llij,? { A�,� 6� l'i r2yy}�v,9S201 )._ t6-yy��c ,{tY>!a.�y7• .�C ;, y,zi i� ' 'L i glaoily f4•. df�i -3t"r. .•. `"�N f4;iV' F- S � t L F < G.'- :5 ._, �. ?f, •��_-+,�:,: }tl;s;ii:�'ii. ,.t,�:. `f'�,...... i•••%•- A!„.7•-••• ."...:. t - �'n ... a.n �efiF7 ��-.:;r;9$li'"•i:.iL�'4; ;`'; ;ts, •;: Attachment A Portions of the Most Recent Annual Report bp116S7Y11.1W97 r`f r`�:Piffj"* 34#tn4A7-47,4\ 3r7� SECTION 2 Overview of the Solid Waste Management System rIT Indian River County's solid waste system is an organized dependent special district known as the Indian River County Solid Waste Disposal District (SWDD). The solid waste system is composed of franchised solid waste collectors, several collection centers, a disposal system, a household hazardous waste management program, and a recycling program. This section provides an overview of the SWDD management system and addresses the waste quantities processed. 2.1 Solid Waste Collection System Solid waste collection in the incorporated areas of Indian River County is the responsibility of the respective cities. In the unincorporated areas, the SWDD Board has the legal authority to award franchises to private haulers for collection of residential solid waste and residential recyclables. Currently, the unincorporated areas of the County are served by two private haulers through franchise agreements set forth in Resolutions 94-1 and 94-2. Copies of the franchise agreements are provided in Appendix A. Indian River County's franchise agreements divide the unincorporated area into two service areas for residential collection. Harris Sanitation serves the northern part of the County, and Treasure Coast Refuse Corporation serves the southern part of the County. The franchise agreements include a provision that addresses the separate collection of yard trash in the unincorporated areas to reduce the potential for such materials being disposed of in the landfill. SWDD operates five solid waste collection centers distributed throughout the County. The collection centers serve as solid waste drop-off points for residential wastes, recyclable materials, and household hazardous wastes (HHW). Use of the collection centers by commercial establishments is limited to recyclable materials. Residential solid waste, recyclables, and yard waste are collected in separate roll -off containers at each collection center. Recyclable materials are collected in roll -off containers with separate bins for various materials. Residential solid waste, yard waste, recyclables, and HHW are hauled by truck from the collection centers to the landfill for disposal and/or processing. Residential solid GNW1000847.DOC 2.1 444 r Q°ey� Y . h .+�ik� • M8 :GATrb}' xd iQ� �. iri pl �Sf ,;cf.:f�''i' .i{5�:.'ez2a.4 `;7,+,ira:.�; as; •sF 7 ,rgm colt`�Y��lki�dz���er}�'.'�'s",..e�.�'���Vii'twr'.��'•:du«_aY,'i'�"Feet'rTFsy%}:s:���S..:;�°'cw.,tb��,`wF3.is3�st�wa.�i:.�J.bC�'`.i'r':fi�i �O;.la3�a OVERVIEW OF THE SOLID WASTE MANAGEMENT SYSTEM waste is disposed of in the landfill; yard waste is stored and processed at the landfill site; and recyclables and HHW are stored at the landfill site until they are processed and transferred to recycling firms or a disposal contractor. The locations of the collection centers are shown in Figure 2-1. Each collection center is fenced and has an attendant present during operating hours. The collection centers are open 7 days a week. Operation hours are from 7:00 a.m. to 6:00 p.m. on Friday, Saturday, Sunday, and Monday and from 7:00 a.m. to 7:00 p.m. on Tuesday, Wednesday, and Thursday. 2.2 Disposal System Solid waste processing and disposal in Indian River County is conducted at the Indian River County Landfill. Recyclable materials, land -clearing debris, yard waste, and tires are processed at the landfill site. Saleable materials are shipped offsite to market while non - saleable materials are processed for cover material or disposed of in the landfill. Garbage, asbestos, sludge including grit and grease, and C&D debris go directly to the landfill for disposal. Figure 2-2 shows the routing of waste at the landfill. There are two active disposal areas at the County's landfill, a lined Class I disposal area and a C&D disposal area. Garbage, sludge, and asbestos go directly to the County's Class I disposal area. White goods (e.g., stoves, dishwashers, refrigerators, washers, dryers) and scrap metal are segregated from the garbage and recycled when possible. White goods and scrap metal removed from the waste stream and recycled provide a significant reduction not only in weight but more importantly in volume. Because this type of waste is voluminous and does not compact under normal compaction operations, it takes up a relatively large amount of landfill space. Prior to January 1994, C&D debris was placed in the Class 1 disposal area. Starting in January 1994, contaminated C&D debris is placed in the lined disposal area and the remainder of the C&D debris is placed in the CdtD disposal area. Contaminated C&D debris consists of loads of C&D debris containing materials that do not meet the definition of C&D debris. C&D debris are defined in Florida Administrative Code (FAC) 62-701.200(19) as: Materials generally considered to be not water soluble and non -hazardous in nature, including, but not limited to steel, glass, brick, concrete, asphalt roofing material, pipe, gypsum wallboard, and lumber, from the construction or destruction of a structure as part of a construction or demolition project or from the renovation of a structure. The oNv/1000847.0OC ... +'i '• `.Ee%S±T.u)s�s.�..,{SF.:Si;.w.: TTn,jn��. :r..�f•�a+,1;; z2 Roseland Collection Center 7880130th St. MEI Foilsmen Collection Center 12510 C.R. 512 Winter Beach • Collection Center 3855 65th St Mar Otffo d Collection Center 480141st SL oir IMMO ss 0 eb • • vw.a...A County Landfill 1325 S.W. 74th Ave. UmMOMMWOOMMVimmme 0 So.l.bWen 1.6 3 Indio River County_ FIGURE 2-1. Existing Solid Waste Management Facilities V Oslo Collection Center 950 1st P1. 010211011 24 • kI il Tons Household Hazardous 23 Tons Collection Program & Private Recyclables 14848 Tons i Solid Waste P to ace sedief Total Was 198.610 Toro Clean C &DebrisD 10.391 tors Land CleadTra h and 30446 Toro Market 25.884 Tons SWDD 19.942 Tore Ash to Dirt �over 1 Toro Much 11846 T Private 5.942 Toro Canto rooted Debris 51 Tons Asbestos 5o Tons Class 1 landl� 114.318 Tors Source: Indian RAer Coun?Y Sold Nbste aextealDblitet ai>ncinerated Contraband r 44 Tons Waste [Tiredly 13322.650Toonsr 131164.M.ee Me t1Nkl St. 604Tons Tkes Processed 1.531 Tons Tkes Spled �kTorn Grease. Get. &Sludgees constriction a Demolition 2.393 Tons 1 C & 0 lanai 37.195 Tons Shredded Tres to 649 Tions LT 1 1 OVERVIEW OC THE SOLID WASTE MANAGEMENT SYSTEM term includes rocks, soils, tree remains, trees, and other vegetative matter which normally results from land clearing or land development operations for a construction project. The storage and handling of tires at the County's waste tire processing facility comply with the rules and guidelines of state laws. A tire -shredding machine is currently in operation at the facility. SWDD accepts automobile, truck, and heavy equipment tires from individuals and businesses in Indian River County. In FY 1995, SWDD was awarded a Waste Tire Grant from FDEP. A copy of the grant is included in Appendix B. SWDD accepts tires from St. Lucie County through an interlocal agreement. Under the interlocal agreement, SWDD processes and shreds waste tires generated in St. Lucie County. The Agreement requires that the amount of waste tires transported to Indian River County not exceed 170 tons per month and specifies that the shredded tires be returned to the St. Lucie County landfill for disposal. A copy of the interlocal agreement is provided in Appendix C. In FY 1995, SWDD received 1,208 tons of tires and processed 1,531 tons of tires. Tires shredded for St. Lucie totaled 604 tons; 649 tons of shredded tires were returned to St. Lucie County. The total amount of tires shredded for disposal in the landfill was 625 tons. There were 257 tons of tires used for fuel in FY 1995. The FDEP tire shredding permit allows SWDD to dispose of the shredded material in a Class I landfill as needed. Yard waste and land clearing debris are directed to an air -curtain incinerator or shredder. The materials burned at the air -curtain incinerator are typically land -clearing wastes such as trees and brush. The vegetative waste that is not incinerated is shredded onsite. This waste is currently stored in an area just east of the Segment II landfill. Shredded vegetative waste is sometimes used as temporary cover over the initial waste cover to keep dust levels low and to protect soil cover from erosion. In FY 1995, approximately 39,446 tons of land - clearing debris and yard trash were handled. Of this, 1,528 tons of burnable vegetative debris were incinerated. Ash from the incinerator and dirt from the stockpile area are used in the landfill as cover material. 2.3 Household Hazardous Waste Management Indian River County SWDD's HHW program was created in FY 1989. The objective of the HHW program is to maximize the removal of household hazardous materials entering the Class I, C&D, and recyclable wastestreams, thereby minimizing the quantity of household env/1000847k% �' ,tea _ l }. ; yi_ Yu'•. -Y. .. �. lriatiMgligtePTTe 2•S L 5 F" �F �;d Y'M `'Vg— m •- ix °-ty "f:ccs�r.i'H''" ,i.��.r i �3 �v�:H'�.t'`�.�'•": 'r•:....�.tG.i3�':-.'.?..`�i.�ric::C:y3�'t��{xfG:ly G�z<:�ic�Lyf:!ia�`a.at�s��.n:::e�=t-:.Y-.�?,U:1 c;G:�4�'-� i,.. a OVERVIEW OF THE SOLID WASTE MANAGEMENT SYSTEM hazardous materials entering the County's landfill facility. In FY 1995, the County's HHW program collected and processed approximately 46,256 pounds (23 tons) of hazardous materials consisting of flammable liquids, combustibles, solvents, poisons, paints, pesticides/herbicides, caustics and corrosives, oxidizers, and non-regulated materials. The HHW program is supervised by an environmental chemist who is onsite weekdays. The environmental chemist is responsible for various tasks, including inspecting, separating, identifying and storing household hazardous wastes at the HHW facility at the landfill. In addition, the County's environmental chemist educates the public in identifying household hazardous materials, and maintains an inventory of materials stored and processed by the HHW program. The County's HHW program is financed in part by grants from FDEP. Grant funding has been used to upgrade the current collection centers, support administrative and public awareness activities, promote and facilitate HHW collections during local Household Hazardous Waste Round -Up Days, and improve the HHW storage and processing facility at the County's landfill. Improvement to the HHW storage and processing facility include: • Construction of a 25- by 25 -foot wood deck and concrete slab area for refrigerant reclamation from white goods • Construction of a 24- by 12 -foot concrete block building to house the waste oil collection tank and oil filter collection drum 2.3.1 Household Hazardous Waste Collection Centers Unused and unwanted household hazardous materials are collected at the County's HHW storage and processing facility at the landfill and at each of the County's five collection centers. The HHW storage and processing facility at the landfill is open Monday through Saturday from 7:00 a.m. to 5:00 p.m. The HHW facility is used by at least 25 people per month. An estimated average of 60 households per month brings household hazardous materials to the County's collection centers. The collection centers are equipped with used oil collection tanks, plastic tubs for household and automobile batteries, and biohazardous containers for sharps (needles) that are enclosed in lock boxes. Fifty -five -gallon drums are available for homeowners' oil filters. A contracted waste oil hauler collects the oil and oil filters for recycling, a contractor collects the batteries for recycling, and a biohazardous waste hauler collects the sharps containers. The remaining household hazardous wastes are inspected by the County's environmental chemist and transferred to the HHW facility at the landfill for GNv/I000847.0oc �.. tr .•.'%fir. • ..'',.... ;� >` yY:;;:;n'Si1i1Y: f y!i::?'4;�. • 24 m OVERVIEW OF THE SOLID WASTE MANAGEMENT SYSTEM storage and processing. Based on transfer personnel Logs and the log sheets at the landfill, 25,311 pounds of household hazardous materials were brought to the HHW transfer stations by 657 homeowners in FY 1995. The majority of the weight is from automobile batteries. SWDD informs local businesses that are classified as small quantity generators (SQG) of the monthly hazardous waste pick-up available to them at a reduced charge through the County's contractor. A SQG is defined as a generator of hazardous waste in quantities ranging from 100 to 1,000 kilograms per month depending on the type of waste generated. SWDD sponsors an annual meeting with the County's hazardous waste contractor and the County's SQGs. The County's SQGs are put in touch with the contractor to make arrangements for time of visit and cost of disposal. 2.3.2 Household Hazardous Waste Round -Up Days The SWDD sponsors HHW Round -Up Days for County residents. The HHW Round -Up in 1995 was held on Saturday, April 29 from 9:00 a.m. to 4:00 p.m. at the County Administration Building parking lot. During the event, homeowners were allowed to drop off household hazardous wastes for disposal, free of charge. A total of 2,720 pounds of hazardous materials and 1,918 pounds of recyclable materials (used oil, automobile batteries, and latex paints) were collected from 102 homeowners. Appendix D includes the County's adopted formal protocol for handling HHW. The County has contracted with a licensed hazardous waste transporter/disposer for identifying, packing, and transporting of the collected hazardous wastes at the end of the event. Posters describing the event were posted at various public locations. In addition, the event was announced in two local newspapers, on four local radio stations, and during a local television station interview. 2.3.3 Hazardous Waste Contracts The following contracts supporting the HHW program were updated in FY 1995: • HHW handling and disposal contract was renewed for an additional year with Universal Waste and Transit. • The laboratory analytical services contract with Environmetrics, Inc. was renewed for one year. ONVN000847.00C y� ?kps ffii' i 2.7 c¢e_au,'",i:?�i''S)�z'?�cr:':14�'Y3. OVERVIEW of THE SOUR WASTE MANAGEMENT SYSTEM • In October 1994, FDEP approved a "unique and innovative projects" contract for refrigerant reclaim from white goods at the landfill under an FAC 62-735 hazardous waste collection center grant. In addition, the following purchase orders were set up for FY 1995: • Purchase order for collection/recycle of oil filters and anti -freeze by Cliff Berry, Inc. • Purchase order for collection/recycle of fluorescent lamps at the landfill under State Contract No. 991-705.95-1, with Mercury Technologies, Inc. • Purchase order for collection/disposal of biomedical waste with Browning-Ferris, Inc. • Purchase order for collection/recycle of auto batteries with Ed Hammond Enterprises. The County receives compensation from Ed Hammond Enterprises for the recycling of used auto batteries. 2.3.4 Training Training programs in accordance with OSHA regulations regarding safety and operations is ongoing and continued in FY 1995. In addition, a training course covering waste screenings and identification was conducted by SWDD personnel for landfill operators and spotters. Specific subjects addressed included biohazardous waste handling, spill handling and reporting. 2.4 Recycling Program The 1988 Solid Waste Management Act requires that counties in the State reduce by 30 percent the amount of solid waste refuse entering their landfills by the end of 1994. The Act also requires that local governments initiate a material recycling program by July 1, 1989, as part of the effort to achieve the solid waste reduction goal. In response to this effort, Indian River County authorized development of a recycling/recovery plan, and established recycling facilities at its collection centers to achieve the goals of the Act. The adoption of the recycling plan led to the establishment of Indian River County's recycling program, which was designed to reduce the amount of solid waste entering the landfill. Initially, the County's five collection centers were expanded to include collection facilities for recyclables, and additional drop-off sites were established using igloo containers. In April 1992, 18 -gallon blue -bins were provided by the County for the curbside residential ow/1000847.o= 24 1 i 1 �. :�:ii'�-. ii; •-t'�... ..� 42'`� . i��ii �.^ Chiitt:<;: qr+' ir•,VS" � .-S:s�<..-..r .... r. � 4 . :'r� � i _a ��='t:,:,s� OVERVIEW OF THE SOLID WASTE MANAGEMENT SYSTEM single-family recycling. Following the initiation of the single family residential curbside program, curbside and Toter -station community drop-off points were added to the recycling program at multi -family complexes. The 96 -gallon Toter containers were provided by the haulers in accordance with the agreement with the haulers. Recyclables collected at curbside and in Toter containers are newspapers and newspaper inserts; glossy magazines and catalogs; telephone books; aluminum and bi-metal cans; plastic beverage containers (high-density polyethylene [HDPE] and polyethylene terephthalate [PETE)); and green, brown, and clear glass bottles and jars. Both of SWDD's recycling collection companies has one designated neighborhood in which a mixed cardboard pilot recycling program is underway. A County -wide curbside multi -family recycling program started in January 1994. After County -wide curbside recycling was completely established, most of the public igloo sites were removed during September 1994. Igloo sites remain operative at two remote locations in areas that do not receive other recycling service. These locations are the Blue Cypress Lake Fishing Camp and the Sebastian Inlet State Park. The County collection centers con- tinue to accept and process recyclables. Recyclables accepted at the collection centers are plastic beverage containers (HDPE and PETE), newspapers and inserts, glossy magazines and catalogs; telephone books; corrugated cardboard; yard waste; motor oil; household and automobile batteries; white goods; scrap metal; aluminum and bi-metal cans; and green, brown, and clear glass bottles and jars. The igloo containers that were removed by the County from its public recycling sites were offered to the County's schools for in -school recycling. Most of the County's schools have igloos in place or on order. The majority of the recyclables collected from these are news- paper, office and computer paper, and metal cans. During FY 1995, SWDD purchased twelve 6 -cubic -yard dumpsters and placed them at County schools to collect corrugated cardboard for recycling. The curbside residential recycling services for the unincorporated areas of the County and municipalities that are part of SWDD are provided by Hams Sanitation and Treasure Coast Refuse within their franchise collection service areas. On September 28, 1993, SWDD renewed and updated their interlocal agreements with the Cities of Fellsmere and Sebastian, and the Towns of Orchid, Indian River Shores, and the City of Vero Beach to address the submittal of a joint grant application to FDEP, and provision of curbside recycling collection services for mobile home parks, multi -family, and single-family units. Copies of the interlocal agreements are provided in Appendix E. GNN11000847.0oC tVI: 1. y�F. :>:;1tti�Cli7,'ri" 7�tr itA rhylxicAW !rt1T •. 1-.A'BT�,}1?�-. f�• _ ; �� .3'•tt! YY• i-. 2-9 44,,t 6,„ ' ojAM1 OVERVIEW OF THE SOLID WASTE MANAGEMENT SYSTEM Participation in the commercial recycling program has increased during FY 1995. A business recycling seminar was conducted in June 1995 to inform the County's businesses of recycling opportunities available to them. SWDD currently has an office paper recycling program, which accepts white ledger and copier paper, white envelopes with no windows, and green and blue bar computer paper. Each collection center accepts office paper. To stimulate business recycling, SWDD offers assessment credits to those businesses that document recycling activities. Furthermore, SWDD requires that its franchised haulers provide recycling service to those businesses that request it. In October 1994, the City of Vero Beach began a commercial recycling program using its own solid waste vehicles and equipment, collecting recyclables from businesses within the city on a scheduled basis. In FY 1995, SWDD renewed its recycling contract with Southeast Recycling Corporation. The contract includes purchase of recycled newspaper, and the option to sell telephone books, corrugated cardboard, glossy magazines and office paper, and to collect such materials along with the newspaper. A total of 44,071 tons of solid waste was recycled in FY 1995. The SWDD recycled 38,129 tons of this waste, while private companies recycled 5,942 tons. Materials processed and marketed by SWDD include aluminum and bi-metal cans, white goods, scrap metal, HDPE and PETE plastics, newspaper and inserts, corrugated cardboard, household and automobile batteries, motor oil, glass, magazines, catalogs, telephone books, office and computer paper, and mulch. Mulch was also used onsite for daily cover and for slope stabilization. These are beneficial uses that earn recycling credit from FDEP. Motor oil, copier cartridges, fishing line, wire clothes hangers, foam packing popcorn, newspapers, plastic bags, automobile batteries, cardboard, scrap metal, and aluminum cans are recycled by various private businesses and organizations. Using FDEP procedures for calculating recycling credits, the County attained a 25.2 percent recycling rate in FY 1995. SWDD does its own recyclables marketing, thus having an opportunity to find the best available prices for a given material at a given time. Money received from the sale of recyclables for FY 1995 was as follows: Batteries Newspaper/Office Paper/Magazines Glass Aluminum cans Plastics Metal cans Scrap metals Corrugated cardboard Motor oil Total 2,071 221,502 52,121 148,015 102,244 9,075 52,356 148,381 1,078 $736,843 131N110001347.00C 2-10 • *g:;p:,A1P31.?1,-1,m;.1:1,(vi,,y;,.,:i,t,,,v,„1.1,-; ..;•• r;' ,,XTR37517.;7R77,7;.177,. 3 v • OVERVIEW O: THE SOLID WASTE MANAGEMENT SYSTEM In FY 1995, SWDD was awarded a Recycling/Education Grant and a Litter Control and Prevention Grant. The Litter Control and Prevention Grant was used for beach clean-up, the Adopt -A -Road Program, and the Keep Indian River Beautiful Program. The Recycling/ Education Grant was utilized for maintenance of recycling equipment, operational expenses, promotional and educational materials, and curbside recycling collection service. Copies of the grants are included in Appendix B. 2.5 Solid Waste Quantities Solid waste quantities were taken from landfill scale reports generated by Indian River County. For FY 1995, the total quantity of wastes processed by the County was 198,610 tons. This includes garbage, special waste and animals, C&D, sludge, tires, land -clearing debris, yard trash, household hazardous waste, and recyclables. Of the total processed by the County, only 114,318 tons were landfilled in the County's Segment II landfill, the active Class I fill area. The remainder was incinerated, recycled, stockpiled, shipped to St. Lucie County, or landfilled in the County's C&D facility. The C&D debris in FY 1995 totaled 49,979 tons. Of this, 37,195 tons were landfilled in the C&D landfill and 10,391 tons were recycled as dean debris. The remaining 2,393 tons of C&D were placed in the Segment II landfill. Figure 2-2 shows the solid waste stream routing for FY 1995. Appendix G provides spreadsheets that show detailed information on the total quantity of recyclables and waste processed by the County in FY 1995. The characteristics of the waste stream are shown in Table 2-1. The percentages were derived from the landfill scale reports. The 1995 population of Indian River County was 100,261 (Source: Bureau of Economic and Business Research, February 1996). Based on the FY 1995 total County population and the total amount of waste received by the County in FY 1995, the County's waste generation rate was calculated to be 10.85 pounds per capita per day (equal to 1.98 tons/person/year). The actual waste landfilled was calculated at 6.25 pounds per capita per day (equal to 1.14 tons/person/ year). Actual waste landfilled in FY 1995 included garbage, shredded tires, sludge including grit and grease, asbestos, ash from the air -curtain incinerator, wood chips and mulch, and a portion of the total C&D debris. 2.6 Solid Waste Projections Solid waste projections were prepared to estimate the remaining disposal capacity of the lined Segment II landfill. Tables 2-2 and 2-3 show the current and projected amounts of Gwv11000847.Doc kkg 2.11 µSZ{4f i4141.'Y jib f4WAQ.0W:*RiA'W,rlt '- 34r;r'l J t it `�S+?k"'Qa'"Fv._✓.: OVERVIEW Of THE MD WASTE MANAGEMENT SYSTEM TABLE 2-1 Solid Water Received and Processed by Indian River County Solid Waste Disposal District Material Waste (tons) Percentage of Wastestream Garbage 89,111 44.9 Asbestos (special wastes) 50 0.03 Grease/grit/sludge 3,901 2.0 C&D debris 39,588 19.9 Incinerated contraband 44 0.02 Land clearing, yard trash, and dirt 20,614 10.4 Tires 1,208 0.61 Recyclabtes (1) 44,071 22.2 Household hazardous 23 0.01 Total (2) 198,610 100.0 1) Includes private recycling totals outside SWDD system. The percentage calculated here differs from the percentage reported In the Recycling Grant Application because of differences in the calculation procedure. Based on the FDEP calculation procedure, the recycling rate was 24 percent. 2) Total landfilled in FY 1995 was 114,318 tons in Segment II and 37,195 tons in the C&D landfill. Source: Indian River County Solid Waste Disposal District (See Figure 2-2). solid waste entering the County's Class I landfill and estimates available landfill capacity with and without a proposed infill between Segments I and II. A permit application for the infill has been submitted to FDEP. Construction of the infill is expected to begin in FY 1996, if FDEP approves the permit. These analyses assume that current operating practices are maintained, the effectiveness of the County's recycling program remains constant, and C&D debris are diverted and landfilled in a dedicated C&D landfill. The County's historical waste data show that C&D debris comprises approximately 26 percent of the total waste landfilled. The effects of a natural disaster such as a hurricane are not considered. 2.6.1 Class !Landfill Camp, Dresser & McKee (CDM) estimated that the original design capacity of Segment II including daily, intermediate, and final cover was 1,621,000 cubic yards. This capacity will increase by approximately 1,500,000 cubic yards if the permit application for the proposed infill is approved by FDEP. G,01000847.Doc 212 p.r Uig Z%, ^as ..rpF. T,F. ..._ .:�,<��;.;...,.:.�:.. -moi., EM Ea EM3 END IBM SU LI TA8L 2-2 [Wan Hirer County Segment 11 Lana wbout Infill Disposal Caps* PigediOn Total Landfill Waste Dally Waste ♦ Volume Volume of Millen Generation Total Total Cover Deily Remaining Waste Landfill River Rate Waste Waste (20% of Cover at End of Landfilled Life County (tons per person Landfilled Landfilled Volume Volume Fiscal Year In Segment 11 Remaining Period Population' per year (tons)" icy)' kr) (cy) (cy)' (cy) (months)' Jul 89 - Sept 89 30.331 41,878 NA 41.878 1,438,394 41,878 Oct 89 - Sept 90 126,744 174,996 NA 174,996 1.227,447 252.825 Oct 90 - Sept 91 142,769 197.121 NA 197,121 998,859 481,413 Oct 91- Sept 92 122.418 169,023 NA 169,023 850,548 629,724 Oct 92 - Sept 93 95,641 1.31 125.176 172.831 NA 172,831 690,238 790,034 Oct 93 - Sept 94 97,415 1.10 107.110 147,887 NA 147,887 561,740 918,532 Oct 94 - Sept 95 100.261 1.14 114.318 157,839 NA 157,839 418,697 1.061.575 Oct 95 - Sept 96 102,469 1.18 121.205 202,008 40.402 242,410 176,288 1.303.984 21 Oct 96 - Sept 97 104,677 1.18 123,816 206,360 41,272 247,633 (71,345) 1.480.272 9 Oct 97 - Sept 98 106,884 1.18 126.428 210,713 42,143 252,856 Oct 98 - Sept 99 109,092 1.18 129.039 215,065 43,013 258,079 Oct 99 - Sept 00 111,300 1.18 131.651 219.418 43,884 263.302 'Medium growth population estimates from BEBR. February 1995. ' Total Waste Landfilled' divided by 'Population' for October 1992 through September 1995. Average for the past three year for October 1995 and beyond. ` From County waste records. Using cumulative historical waste density prior to October 1995 and 1,200 lbs per cubic yard for future projections. ' Extrapolated from surveyed volume closest to the end of the fiscal year where evadable and from cubic yards landfilled where survey data were not evadable. .' ' Calculated from most recent survey information and volume of waste projected for future years. TABLE 2-3 Indian River County Segment II Landfill with Infill Disposal Cepa* Projection Period Jul 89 - Sept 89 Oct 89 - Sept 90 Oct 90 - Sept 91 Oct 91- Sept 92 Oct 92 - Sept 93 Oct 93 - Sept 94 Oct 94- Sept 95 Oct 95- Sept 96 Oct 96 - Sept 97 Oct 97- Sept 98 Oct 98- Sept 99 Oct 99- Sept 00 Oct 00 - Sept 01 Oct01- Sept 02 Oct 02- Sept 03 Oct 03- Sept 04 Oct 04 - Sept 05 Indian River County Population' 95,641 97,415 100,261 102,469 104,677 106,884 109,092 111,300 113.440 115,580 117,720 119,860 122,000 Landfill Waste Generation Rate (tons per person per yWi 1.31 1.10 1.14 1.18 1.18 1.18 1.18 1.18 1.18 1.18 1.18 1.18 1.18 Total Waste Landfilled (toner 30,331 126,744 142,769 122,418 125,176 107,110 114,318 121,205 123,816 126,428 129,039 131,651 134,182 136,713 139,245 141,776 144,307 Total Waste Landfilled (cyr 41,878 174,996 197,121 169,023 172,831 147,887 157,839 202.008 206,360 210,713 215,065 219,418 223,637 227,856 232,074 236,293 240.512 Daily Cover (20% of Volume (cY) NA NA NA NA NA NA NA 40,402 41,272 42,143 43.013 43.884 44,727 45.571 46,415 47,259 48.102 Total Waste + Daily Cover Volume (cY) 41,878 174,996 197,121 169,023 172,831 147,887 157,839 242,410 247,633 252,856 258,079 263,302 268,364 273,427 278,489 283,552 288,614 Volume Remaining at End of Fiscal Year (cy) 2,861,122 2.650,175 2.421.587 2,273,276 2,112,966 1,984,468 1,841,425 1,599,016 1,351.383 1,098,528 840,449 577,148 308,784 35,357 (243,132) Volume of Waste Landfilled in Segment II (cy) 41,878 252,825 481.413 629,724 790,034 918,532 1,061,575 1,303,984 1,551,617 1,804,472 2,062,551 2.325.852 2,594,216 2,867,643 2,903,000 Landfill Life Remaining (months)' 86 74 62 50 38 26 14 2 ' Medium growth population estimates from BEBR. February 1995. ''Total Waste Landfilled divided by 'Population' for October 1992 through September 1995. Average for the past three year for October 1995 and beyond. `From County waste records. 'Using cumulative historical waste density prior 10 October 1995 and 1,200 Ibs per cubic yard for future projections. Extrapolated from surveyed volume closest to the end of the fiscal year where available and from cubic yards landfilled where survey data were not available. ' Calculated from most recent survey infomiation and volume of waste projected for future years. M64joc BEI ENI Mg Mal EU MI En RIM 4 '.`a.3' RFT R OVERVIEW OF THE SOLID WASTE MANAGEMENT SYSTEM In order to estimate the remaining waste disposal capacity of Segment II, daily, interme- diate, and final cover needs to be taken into account. For purposes of this evaluation, a cover system composed of 6 inches of topsoil, an 18 -inch drainage layer, a composite drainage net, a 40 -mil geomembrane limiting layer, and an 18 -inch intermediate soil layer has been assumed as the final landfill cover system. This 3.5 -foot thick cover system will occupy a volume of approximately 5,650 cubic yards per acre of landfill closed. For Segment II without the infill, the cover system will occupy approximately 141,000 cubic yards yielding a disposal capacity of 1,480,000 cubic yards. For Segment II with the infill, the cover system will occupy approximately 218,000 cubic yards yielding a disposal capacity of 2,903,000 cubic yards. 2.6.1.1 Landfill Volume Surveys Volume surveys have been conducted periodically throughout the operating life of Segment II of the landfill to evaluate the rate of filling and to estimate remaining life (see Tables 2-4 and 2-5). The most recent volume survey was conducted in July 1995 by Masteller, Moler & Reed, Inc. (see Appendix G). The survey report indicated that 1,021,000 cubic yards of waste had been placed in Segment II as of July 1995. Based on this survey information and deducting for the cover system volume, this left approximately 459,000 cubic yards of the original Segment II capacity available as of July 1995. If the infill is permitted, the remaining capacity as of July 1995 would have been approximately 1,882,000. 2.6.1.2 Landfill Life In order to estimate remaining landfill life, future waste tonnage had to be projected and converted to volume. Waste tonnage was projected based on population projections from the University of Florida, Bureau of Economic and Business Research (BEBR) assuming that future per capita waste production remains constant at the average rate between FY 1992-93 and FY 1994-95 (1.18 tons per capita per year). As indicated in Tables 2-4 and 2-5, waste density within Segment ll has been approximately 1,450 pounds per cubic yard (lbs/cy) based on historical volume survey and waste disposal information. In order to project future waste volume, a density of 1,200 lbs/cy has been used. A 20 percent allowance has been factored into the projections to account for the volume loss due to application of daily cover. Lower than historical compaction density and a daily cover allowance were used for the future volume projections because: GNv/1000847.00C 2.15 'J7��2 ..� .:�•�'l:!,,Ai+;-:L .'Srw 1,Y-iXi�',:�.�'1•ia .. °1 q' „J_' Snrwa { i X ..... _ �.. 1.r. i .. ..t .'✓�� ��,. _.. ..fir._.+_., w..,,._��a•�, .. ...?w•s..� ivY:':—iiSl�'�-.N"��l� N TARE 2-4 Mien River County. Segment II Lana without Inf�l volume Surveys ''•"��ass•:,3r..-.y,'a�.���'�.:�.,�a+�. '�.�-1� L'M.i`rK,-"�^.a.,a'+i'''ri y 4„1h ;�«: ;:�f..,�..2`. �sa:RYt',ro'tr•_vF��..,., Date Source Jul -89 CDM (Design Capacity) Feb -91 Carter & Associates Feb -92 Masteller, Moler & Reed Oct -92 Ceder & Associates Dec -93 Masteller, Moler & Reed Sep -94 Masteller. Moler & Reed Jun -95 Masteller. Moler & Reed Total Final Disposal Quantity Rate of Volume Volume Cover Volume Waste Calculated Landfill Remaining Used Volume Remaining Landfilled Density Use (cy) (cy) (cy) (ctr) (tons) (Ibs►cy) (cy/mo.) 1.621,272 141,000 1,480,272 1,309.476 311,796 141,009 1,168,476 205,186 1.316 16,609 1,064.791 556.481 141,000 923,791 346,463 1,245 17,780 991,548 629.724 141,000 850.548 422,262 1,341 16,246 801.407 819.865 141,000 660.407 565,925 1,381 15,518 702.740 918.532 141,000 561,740 654,548 1,425 14,643 599,914 1,021,358 141,000 458.914 739,738 1,449 14,244 tes en ion am im Miti➢Saf , iII"JAI,. ARCIS.wamIll 111211 BEI Mt ant tva TARE 2-S !mien River County Segment 11 Landfill w�lh Inm Volume Surveys ,r ter.: rs.� .�..�• r ray-..,k,"....y.."r, �.;,a moo:..• Mil LEI nil EIS EA ® Ell Win —. Total Final Disposal Ouantity Rate of Volume Volume Cover Volume Waste Calculated Landfill Remaining Used Volume Remaining Landfilled Density Use Date Source (cy) (cy) (cy) (cy) (tons) (lbs/cy) (cy/mo.) Jul -B9 CDM (Design Capacity) 3,121,000 218,000 2,903,000 Feb -91 Carter & Associates 2,809,204 311,796 218,000 2,591,204 205,186 1,316 16,609 Feb -92 Masteller, Moler & Reed 2,564,519 556,481 218,000 2,346.519 346,463 1,245 17,780 Oct -92 Carter & Associates 2,491,276 629,724 218,000 2,273,276 422,262 1,341 ' 16,246 Dec -93 Masteller, Moler & Reed 2,301,135 819,865 218,000 2,083,135 565,925 1,381 15,518 Sep -94 Mastefer, Mater S Reed 2,202,468 918,532 218.000 1,984,468 654,548 1,425 14,643 Jun -95 Masteller, Moier& Reed 2,099,642 1,021.358 218,000 1,881,642 739,738 1,449 14,244 driflOt 4A0C i41: I„411.? 9 OVERVIEW OF THE SOLID WASTE M WAGEMENT SYSTEM • The high historical density is believed to be related to the quantity of organics (primarily fruit and other food wastes) in the Indian River County waste stream. These organics have biodegraded over the life of the landfill resulting in subsidence which increases the airspace available for use. As the landfill approaches capacity, waste may not have sufficient time to biodegrade, thus the capacity recovered due to subsidence may not be available for waste disposal. • Indian River County opened a C&D landfill in January 1994. C&D that had been landfilled in Segment II now goes to the C&D landfill, thus changing the waste characteristics of the waste landfilled in Segment II. • Beginning in January 1994, more daily cover material has been placed in Segment II because of changes in the FAC 62-701.500 requirements. Prior to the January 1994 amendments, the "18 -hour rule" had been in effect. This rule exempted areas that would receive additional waste within 18 hours from the daily cover requirement. Based on population projections and the FY 1995 Landfilled tonnage, the Class I waste disposal rate was 1.18 tons per person per year. Using this disposal rate and the remaining disposal capacity of 419,000 cubic yards, Segment II had approximately 21 months of remaining capacity as of October 1,1995, without the infill. If the infill is permitted, the remaining disposal capacity will increase to approximately 1,841,000 cubic yards with a projected life of approximately 7 years. 2.6.2 C&D Landfill CDM estimated that the original design capacity of the C&D landfill including weekly and final cover was 1,186,000 cubic yards. In order to estimate the remaining waste disposal capacity of the C&D landfill, weekly and final cover needs to be taken into account. For purposes of this evaluation, a cover system composed of 6 inches of topsoil and an 18 -inch drainage layer has been assumed as the final landfill cover system. This 2 -foot thick cover system will occupy a volume of approximately 54,000 cubic yards, yielding a disposal capacity of 1,132,000 cubic yards. 2.6.2.1 Landfill Volume Surveys A volume survey was conducted in July 1995 by Masteller, Moler & Reed, Inc. (see Appendix H). The survey report indicated that 76,900 cubic yards of waste had been placed in the C&D landfill as of July 1995. Based on this survey information and deducting for the final :cover system volume, this left approximately 1,055,000 cubic yards of the C&D landfill capacity available as of July 1995. GNV!1000847.00c 2.18 y .yrYsiE; „$n- `.�� ��.<.���n?;: fry'%u!'+,.- ��,:�.'•'; �.is t e OVERVIEW OF THE SOLID WASTE MANAGEMENT SYSTEM 2.6.2.2 Landfill Life In order to estimate remaining landfill life, future waste tonnage had to be projected and converted to volume. Waste tonnage was projected based on population projections from the University of Florida, BEBR, assuming that future per capita waste production remains constant at the FY 1994-95 rate (0.37 tons per capita per year). As indicated in Tables 2-6 and 2-7, waste density within the C&D landfill has been approximately 1,275 lbs/cy based on volume survey and waste disposal information. In order to project future waste volume, a density of 1,100 lbs/cy has been used. A 5 percent allowance has been factored into the projections to account for the volume loss due to application of weekly cover. Based on population projections and the FY 1995 landfilled tonnage, the C&D landfill waste disposal rate was 0.37 tons per person per year. Using this disposal rate and the remaining disposal capacity of 1,026,000 cubic yards, the C&D landfill had approximately 143 months of remaining capacity as of October 1,1995. ONvi1000847.00C 2.19 .y TABLE 2.6 Indian River County C&D Landfill Disposal amity Projection Period Total Landfill Waste Weekly Waste + Volume Volume of Indian Generation Total Total Cover Daily Remaining Waste Landfill River Rate Waste Waste (5% of Cover at End of Landfilled Llfe County (tons per person Landfilled Landfilled Volume Volume Fiscal Year in C&D Area Remaining Populations per year)' (tons)` (cy)' (cy) (eV) (cyr (eV) (months)' Jan -94 - Sept 94 97,415 0.29 21.354 38,825 NA 38,825 1,093,275 38,825 Oct 94 - Sept 95 100,261 0.37 37,195 67,627 NA 67,627 1,025,647 106,453 Oct 95 - Sept 96 106,729 0.37 39.594 71,990 3,599 75,589 950,058 182.042 143 Oct 96 - Sept 97 113,197 0.37 41,994 76,352 3,818 80,170 869,888 262,212 131 Oct 97 - Sept 98 119,664 0.37 44,393 80.715 4,036 84,751 785,137 346,963 119 Oct 98 - Sept 99 126,132 0.37 46,793 85,078 4,254 89,332 695,805 436,295 107 Oct 98 - Sept 00 111,300 0.37 41,290 75,073 3,754 78,827 616,978 515,122 95 Oct 98 - Sept 01 126,132 0.37 46,793 85,078 4,254 89,332 527,647 604,453 83 Oct 98 - Sept 02 126,132 0.37 46,793 85,078 4,254 89,332 438,315 693,785 71 Oct 98 - Sept 03 126,132 0.37 46,793 85,078 4,254 89,332 348,984 783,116 59 Oct 98 - Sept 04 126,132 0.37 46,793 85,078 4.254 89,332 259,652 872,448 47 Oct 98 - Sept 05 122,000 0.37 45,260 82,290 4.115 86,405 173,247 958,853 35 Oct 98 - Sept 06 126,132 0.37 46,793 85,078 4.254 89,332 83,915 1,048,185 23 Oct 98 - Sept 07 126,132 0.37 46,793 85,078 4,254 89,332 (5,416) 1,132,100 11 Oct 98 - Sept 08 126,132 0.37 46,793 85,078 4,254 89,332 Oct 98 - Sept 09 126,132 0.37 46,793 85,078 4.254 89.332 Oct 98 - Sept 10 132,600 0.37 49.192 89,440 4,472 93.912 ' Medium growth population estimates from BEBR, February 1995. ' "Total Waste Landfilled' divided by' Population' for October 1992 through September 1995. Average for the past three year for October 1995 and beyond. From County waste records. ' Using cumulative historical waste density prior to October 1995 and 1,200 lbs per cubic yard for future projections. • Extrapolated Irom surveyed volume closest to the end of the fiscal year where available and from cubic yards Iandfdled where survey data were not available. ' Calculated from most recent surrey information and voknne of waste projected for future years. Yr,= Ell lila LEI lea fila tilla MI EU irail SRI AM UM MI IIIIII T*at27 Irk Firer County C&D Land VOW* ne Sur eys Toted Fines Disposal Ouant ty Rate of Volume Volume Cover Volume Waste Calculated Landfill Remaining Used Volume Remaining Landliued Density Use Date Source (e1►) (et (cy) (cy) (tons) (Matey) (cyhno.) Jan -94 COM (Design Capacity) 1.185,800 53,700 1,132.100 Jun 95 Masteler. Muter & Reed 1.108,935 76,865 53,700 1.055.235 49,072 1,277 4,290 1 1 a OVERALL COMMON OF DIE SYSTEM AND PLANNED IMPROVEMENTS TABLE 3-1 Summary of Site Operating Permits Issuing Agency Type of Permit Authorizing Permit No. Effective Date Expiration Date Legislation FDEP Construction and WT 31-193102 operation permit to construct and operate a waste tire processing facility FDEP Operating permit for operation of an air - curtain incinerator March 17, 1992 February 20,1997 A031-218146 October 22, 1993 September 30. 1997 FDEP Post dosure activities for S031-276404 November 1, 1995 April 25,1999 Segment I landfill FDEP Operation of Segment II SO 31.245825 November 15. 1994 April 25. 1999 landfill SJRWMD Consumptive Use Permit for dewatering associated with onsite borrow pit operations USEPA National Pollutant Discharge Elimination System permit for stonnwater from landfill and industrial wastewater from borrow pH FDEP Construction and operation of a surface water management system FDEP General permit for a construction and demolition debris disposal facility FDEP Storage fadlity for mercury containing lamps and devices 2.081.0290 July 11, 1995 UM3R2G FL 0037770 April 1,1995 MS31.247323 SO31.236459 July 11, 2002 Section 403, Florida Statutes Rules 6-24 and 62-711, Florida Administrative Code Section 403.087. Florida Statutes and Rule 62-2. Florida Administrative Code Chapter 403, Florida Statutes and Rules 62.4 and 62-701, Florida Administrative Code Chapter 403, Florida Statutes and Rules 624 and 62-701. Florida Administrative Code Section 373 and 403, Florida Statutes, 40C-1 and 40C-2.401, Florida Administration Code January 31, 2000 Section 40, CFR, Part 122 December 14,1995 December 17,1999 Chapter 373, Florida Statutes and Rules 62-4, 62-302. 62-101.040, 400- 4.101. 4004.301. and 40C- 42, Florida Administrative Code September 14, 1993 September 14.1998 Rules 62-4.5101hrough 62- 4.540. and 62-701.803, Florida Administrative Code FLD984171447 January 2,1998 March 1, 1997 Rules 62.737.500, 62- 737.720. Florida Administrative Code • Application approved as a modification to permit for Operation of Segment I1 Landfill (Pemdt No. 5431-245825). osvl1000848.00C 34 e.FP f l!'} z.. 4 .. ?d:tia e,�•Psf '�e``�r1?<Z.F'�: �{ _,�y-.il OVERALL CONDnION OF THE SYSTEM AND PLANNED IMPROVEMENTS TABLE 3-2 Selected Groundwater Monitoring Data Well No. Type' November 1994 Msy 1995 Total TDS NH, as N VOC Benzene (me►L) (mglL) (P9lL) (P914 Mercury TDS NH. as N (FOIL) (m91L) (m91L) Total VOC Benzene Mercury (P911-) (FOIL) (pglL) Shallow Zone Wells MW -1S B 396 MW -2S B 812 MW -3S B 180 MW -5S P 302 MW -6S P 810 MW -7S D MW -8S D 628 MW9S D MW -10S D 2,340 MW -11S D MW -12S P 726 MW -P2 P 588 MW -P5 P NS Intermediate Zone Wells MW -1I B MW -21 B MW -3I B MW -5I P MW -6I P MW -71 D MW -81 D MW -91 D MW -10I D MW -11I D MW -121 P MW -P3 P MW -P6 P Deep Zone Wells MW -1D P 452 MW -2D P 782 MW -3D P 712 MW -5D P 414 MW -5D P 392 MW -8D P 862 MW -10D P 618 MW -12D P 640 0.37 NA NA NA 346 0.19 BOL BDL BDL 0.55 NA NA NA NS NS NS NS NS 0.21 NA NA NA 252 1.30 BDL BDL BDL 1.5 NA NA NA Sampling no longer required by permit. 0.19 NA NA NA Sampling no longer required by permit. New well required by permit; not yet installed. 3.05 NA NA NA 598 3.6 BDL BDL 0.2385 New well required by permit; not yet installed. 39 NA NA NA 2,012 24 2 2 2.3' New well required by permit; not yet installed. 0.44 NA NA NA Sampling no longer required by pemlit. 1.2 NA NA NA Sampling no longer required by permit. NS NS NS NS Sampling no longer required by permit. 306 0.29 NA NA NA 478 0.46 BDL BDL BDL 1,208 0.74 NA NA NA 1,276 0.70 BOL BOL BDL 1,056 0.42 NA NA NA 1,078 0.35 BDL BOL BDL 568 0.49 NA NA NA Sampling no longer required by permit. 814 0.70 NA NA NA Sampling no longer required by permit. New well required by permit; not yet installed. 696 0.36 NA NA NA 580 0.53 BDL BDL BDL New well required by permit not yet installed. 1,132 3.37 NA NA NA 920 0.53 BDL BDL BDL New well required by permit; not yet installed. NA NA Sampling no longer required by permit. NA NA Sampling no longer required by permit. NA NA Sampling no longer required by permit. 1,214 0.68 NA 490 0.46 NA 386 0.32 NA GNW1000848.00C 0.72 0.59 0.55 0.44 0.41 0.53 0.43 0.52 NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA Sampling no longer required by permit. Sampling no longer required by permit. Sampling no longer required by permit. Sampling no longer required by pewit. Sampling no longer required by permit. Sampling no longer required by permit. Sampling no longer required by permit. Sampling no longer required by permit. (CONTINUED) 115 OVERALL CONDITION OF TRE SYSTEM AND PLANNED IMPROVEMENTS TABLE 3.2, CONTINUED Selected Groundwater Monitoring Data November 1994 May 1995 Total Total TDS NH, as N VOC Benzene Mercury TOS NH, as N VOC Benzene Mercury Well No. Type (m91L) (mglL) (1191L) WIN (1194-) 019 /1-1 (m94-) (1 1910 (M!ri) (Pglk) . MW -P4 P 408 0.43 NA NA NA Sampling no longer required by permit. MW -P7 P 426 0.38 NA NA NA Sampling no longer required by permit. MW -P8 P 338 0.31 NA NA NA Sampling no longer required by permit. 'B = Background, I = Intermediate, C is Compliance, D = Detection, P=Piezometer ' Mercury value for sample MW -10S was resampled 819/95 and the result was 0.2 pg/t.. TDS = Total Dissolved Solids BOD = Volatile Organic Compounds NA is Not Analyzed NS a Not Sampled, Dry Sample Locations BDL = Below Detection Limit TABLE 3.3 Selected Surface Water Monitoring Data November 1994 May 1995 Site No. Type' TDS BOD Mercury TDS BOD Mercury lmg►L) (mg►L) (igIL) lmglL) 0mg/1-) (Mfg) 5.09 B 392 BDL NS 558 4.6 0.2 5.12 D NS NS NS NS NS NS 5-13 I 456 BDL NS 676 2.9 0.1 S-14 D 430 3 NS 540 4.1 0.1 'B = Background, I = Intermediate, C = Compliance, D = Detection TDS - Total Dissolved Solids BOD - Biochemical Oxygen Demand, 5 day at 20°C NA = Not Analyzed NS = Not Sampled, Dry Sample Locations BOL = Below Detection Limit Ot W1000848.o=C _...e..., ......,...........alt src usmaaagrtatI WAMEW iVSlsa'+BTPMMi[Rw2lF7 Y,T2Rt ItTiHL 346 11 xif � r 4 r t. J r � r 15 ,t) N.- m m m 8 Pm m m m g g g m N Z map �J JJ J J_p. JJ O T S IG•ANCNbiA Nil$IDmmm' ,CD m m m J 1 n i$ f I m m y ♦ N m" m N g N m m m N g i E S i g g y 1 g N O g N- m f m m- Z O i Z l g a s a g y fig - m m m g m- Z '�� Z ZmNl7 l�7�N�m��Nm�m�Z E N l I g g a g g 4-- g- m m m- Z MiltttttIttlItlitt JJjjIiIt}1I.I1J 3-17 4.•?4,0•A5Z4A, 'r • "- ' • • ••• yANI.f 1 1 1 1 1 1 1 1 1 1 1 1 Attachment B FDEP Permit • • 40657411448-97 Lawton Chiles Governor Department of Environmental Protection - Central District 3319 Maguire Boulevard, Suite 232 Orlando, Florida 32803-3767 NOTICE OF PERMIT Indian River County Solid Waste Disposal District 1840 - 25th Street Vero Beach, Florida 32960 SEP 10 1996 Attentions Ronald R. Brooks, Manager Indian River County - 8W Indian River County Landfill - Infill Segments I 6 II, Class I Permit Application Nos. SC31-282829 6 5031-282834 Modification of Permit No. 8031-245825 Dear Mr. Brooks: Virginia B. Wetherell Secretary 5391011�!� t SF P 1996 CV tap 6rd�!L t,Z�,�J Enclosed is Permit Numbers 8C31-282829 6 8031-282834 (Modification of Permit No. 8031-245825) to construct and operate the infill Segments I and II of the Class I solid waste landfill, issued pursuant to Section(s) 403.061(14) and 403.707, Florida Statutes. Any party to this Order (permit) has the right to seek judicial review of the permit pursuant to Section 120.68, Florida Statutes, by the filing of a Notice of Appeal pursuant to Rule 9.110, Florida Rules of Appellate Prooedure, with the Clerk of the Department in the Office of General Counsel, 3900 Commonwealth Boulevard, Tallahassee, Florida 32399-3000: and by filing a copy of the Notice of Appeal accompanied by the applicable filing fees with the appropriate District Court of Appeal. The Notice of Appeal must be filed within 30 days from the date this Notice is filed with the Clerk of the Department. Executed in Orlando, Florida. STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION l20C.IC/-, Vivian F. Garfein Director cf District Management 3319 Maguire Boulevard, Suite 232 Orlando, Florida 32803 Telephone 407/894-7555 DATE: digreZse,6444 / "Protect, Conserve and Manage Florida's Environment and Natural Resources" Printed en recycled paper. FILING AND ACRIONLZDGZMZNT FILED, on this data, pursuant to S120.52(11), Florida Statutes, with the designated Department Clerk, receipt of which is hereby acknowledged. Copies furnished to: John G. Ladner, P.E. - Camp, Dresser G McKee, Inc. Mary Jean Yon - DEP - Tallahassee Fred Wick - DEP - Tallahassee Clerk / .$ate CERTIFICATE OF SERVICE certify that thie,492IC;e0F,,PERMIT and all copies were mailed h, c19. o4bujainess on 5-71V101 to the listed persons, Rev. 4/91 •�; .al.t ;�_... tY..'. -'�:, 4f.;. �•� i.�Y''••';r� �'vi trot s. tisk Y'4 j.S `;y5 lf'�'/ •'- ' �. ,4t -arta._ . „ to.A. v. is a wl .I E .: 3MEM . SC: - Department of Environmental Protection Central District Lawton Chiles. 3319 Maguire Boulevard, Suite 232 Virginia B. V1 Governor Orlando, Florida 32803-3767 Secret' Indian River County Solid Waste Disposal District 1840 - 25th Street Vero Beach, Florida 32960 Attention: Ronald R. Brooks, !tanager Indian River County - SW Indian River County Landfill - Infill Segments I & II, Class I Modification of Permit No. 8031-245825 Permit Application Nos. 8031-282829 6 S031-282834 Dear Mr. Brooks: proieot Background: The Indian River County Landfill intends to expand the extent and height the existing Class I disposal area. Presently, the landfill consists of t cells, designated as Segment I and II. Segment I is closed and Segment II currently active. There is no lining system present beneath the inacti Segment I, whereae a single geomembrane liner was installed beneath t currently active Segment II and a clay cap was installed on Segment i cloeure. Indian River County plans to construct and operate an Infill Segment Ln t space between the unlined Segment I and the lined Segment II. The later expansion which covers an area of approximately 5 acres will be construct between Segments I and II. The vertical expansion will be constructed above t sideslopes of Segments i and II with a final peak elevation of 145 fait NOV Lining systems are required in the lateral expansion area and on the sideslc of Segment I because there is no lining system constructed beneath Segment,I. $pacific Conditions: 1) Information: The information submitted January 12, April 23 and Ju 10, 1996 to construct and operate the Infill Segments 1 and 11 of the 0164e solid waste landfill, on file at the Central District office, is made a pert this permit. 2) pio Disruption of current Operations: Under no conditions shall t construction work of this project disrupt the current landfill operatic especially the Class I disposal operation. Segment II shall remain open 1 Claes I disposal at all times. "Protect, Conserve and Manage Florida's Environment and Natural Resources" Printed on recycled paper. •�r•�vyril.'i� �'Jdf;i'l!%=!.u.4'•:. ' .�.., Y'4 v.3}i.� . _�'�?:;�,t C`C • `•� �r; . NAIT !r hli1:,3.001i15%ln-,41:'-R ar:in "� -),N -L igf ;b^t �i=Tr.+'� t est'. azar i + . y A, ' %'&klb ri.. � r' � ' an i �. r h' �4 4 Department of Environmental Protection Lawton Chiles• Governor Indian River County Solid 1840 - 25th Street Vero Beach, Florida 32960 Central District 3319 Maguire Boulevard. Suite 232 Virginia B. Wetherell Orlando, Florida 32803-3767 Secretary Waste Disposal District Attention: Ronald R. Brooks, Manager Indian River County - SW Indian River County Landfill - Infill Segmenta I & II, Class I Modification of Permit No. 8031-245825 permit Application Nos. 8031-282829 & 8031-282834 Dear Mr. Brooks: project Backarounds The Indian River County Landfill intends to expand the extent and height of the existing Class I disposal area. Presently, the landfill consists of two cells, designated as Segment I and II. Segment 1 is closed and Segment II is currently active. There is no lining system present beneath the inactive Segment I, whereas a single geomembrane liner was installed beneath the currently active Segment II and a clay cap was installed on Segment I at closure. Indian River County plans to construct and operate an Infill Segment in the space between the unlined Segment I and the lined Segment II. The lateral expansion which covers an area of approximately 5 acres will be constructed between Segments I and II. The vertical expansion will be constructed above the sideslopes of Segments I and II with a final peak elevation of 145 feet NGVD. Lining systems are required in the lateral expansion area and on the sidaslope of Segment I because there is no lining system constructed beneath Segment I. $oecific Conditions: 1) Information: The information submitted January 12, April 23 and Juno 10, 1996 to construct and operate the Infill Segments I and II of the Class i solid waste landfill, on file at the Central District office, is made a part of this permit. 2) pio Disruption of Current Operations: Under no conditions shall the construction work of this project disrupt the current landfill operation, especially the Class I disposal operation. Segment II shall remain open for Class I disposal at all times. "Protect, Conserve and Manage Florida's Environment and Natural Resources" Printed on recycled paper. ��•. - i yc' ' Kr.: .' j - •nTY..{tyr^s••F4?Go.Tt!'�Y�t[7^a�_:+,� a3a: nom'.: '1!:: 4' i > 'Y+C•'t^'(e (r-'� ° c .....`,i �c•> = 5 '=t 4rtgi L4f !iiti + , n+htr i-`GTt',-t s ??�` _ .^ .;� itis -. Q ,`se K y. Tia }, 1� ti_j li.�k �_. �t•t Indian River County Landfill Modification of Permit No. 8031-245825 3) Bubgrade Preparations Prior to infill liner installation, the subgrade shall be prepared to provide a firm unyielding foundation and if necessary, the bass shall be brought up to grade by placement and compaction of fill material. The fill material and subgrade shall not contain rocks, roots, debris, shells or other materials which could penetrate the liner material. 4) Bottom Liners The bottom liner system for the lateral expansion area shall be a single composite liner consisting of 24 inches of 1 X 10-7 cm./sec. clay overlain by a 60 -mil textured High Density Polyethylene (HDPE) geomembrane. The Leachate Collection and Removal System (LCRS) shall consist of 24 inches of 1 X 10-3 cm./sec. drainage sand and leachate collection piping placed on the liner in accordance with the design drawings. 5) Bideslooe Liners The sideslope liner to be installed on the eastern aideslope of existing Segment I shall be double -side textured 60 -mil, HDPE with a maximum permeability of 1.0 X 10-7 cm./sec. 6) $elect Waste Over Liner System: Select waste containing neither non-compressible items nor sharp objects shall be used for the initial 4 to 10 foot thick layer of waste over the liner system. 7) 'Final Covers The layering from the top to the geomembrane shall be Bahia grass sod, 6 inches of topsoil, 18 inches of common fill, a geotextile, a geonet, and the geomembrane. The geomembrane will be 40 -mil Linear Low Density Polyethylene Oeomembrane (LLDPE) with a minimum permeability of 1 X 10-7 cm./sec. 8) Construction ouality Aeeurpnce (COAL plan: The Construction Assurance (CQA) Plan submitted with theQuality installing and testing the liner system and related application shall 11 be followed for ents. The CQA engineer or his designee shall be on-site at all times during construction of the liner systems to monitor the construction activities including both the subbase and the placement of the soil drainage layer over the liner to ensure the underlying geosynthetics are not damaged during construction. 9) Liner installation - Summary Report: A registered engineer qualified to practice in Florida shall supervise and evaluate the liner installation quality assurance/quality control program to ensure that the liner meets design specifications. Upon completion, the engineer shall submit a summary report to the Department as to the complete conformity to the plans and specifications as approved. This summary report shall include a documented control program of the liner installation, liner inspections and the quality assurance/quality control testing procedures and laboratory analyses. This report shall be included with the certification required in Specific Condition 18. 10) viper Installatipn - Department Notification: Installation of the liner shall be performed by an experienced installer who has installed similar type materials. The permittee shall notify the Department at least 10 days prior to any liner installation work. 11) Seament X Eastern Sideelone Cradinos The eastern sideslops of Segment I shall be graded to raconteur the existing terraces to an outward slope not steeper than 6H:1V. 1 1 1 j D Indian River County Landfill Modification of Permit No. 8031-245825 r 12) Gas vents - Seament IIs The existing gas vents on Segment II eastern sideslope shall be extended to new vents at the top of Segment II. 13) $tormwater Perimeter Ditches: The stormwater perimeter ditches shall be rerouted to convey water around the combined Segment I/Segment II mound. 14) pivergion Herne, Diversion berms to route stormwater away from the working face shall consistently be used to minimise infiltration. 15) Infill lament Traffic: In order to protect the integrity of the new leachate collection system and infill liner, driving of vehicles directly over the protective soil layer shall be prohibited. All traffic shall maneuver on compacted and covered refuse, or on a compacted soil or shell rock access road. 16) yeachate Ouantitv: Quantities of leachate collected by the leachate collection and removal system are to be recorded in gallons per day from the leachate forcemain flow meter. Operators shall record daily flow amounts on a standard form. Completed forms shall be compiled monthly with the compiled form sent to the Landfill Manager for subsequent submittal to the Florida Department of Environmental Protection on a quarterly basis. 17) Certificate of Construction Completion: After all significant initial construction has been completed, and prior to acceptance of any solid waste, the engineer of record shall complete a Certificate of Construction Completion, DEP Form 62-701.900(2) and then contact the Department to arrange for Department representatives to inspect the facility in the company of the permittee, the engineer and the proposed on-site facility operator. 18) Receiving of Solid Waste in Infill Segment: The infill shall not receive any solid waste until the leachate collection system is in place and functional and Specific Conditions 9, 17 and 18 are satisfied. 19) Konitorina Plan Implementation Schedules Specific Condition No. 12 of Permit No. 5031-245825 shall be deleted. Attached as Exhibit I is the new Monitoring Plan Implementation Schedule. 20) yandfill Elevation: Specific Condition No. 29 of Permit No. 8031-245825 shall be deleted. The final (maximum) elevation of the landfill shall be 145 feet NGVD. 21) pond Waste Disposal Rate: Specific Condition No. 35 of Permit No. 8031-245825 shall be deleted. The solid waste disposal rate for this source is 320-370 tons/day as stated in the application. Actual operating rates may vary depending upon business conditions. 22) Revisions to Construction and Operation: The Department shall be notified and approval shall be obtained prior to executing any substantial changes or revisions to the construction and operation authorised by this permit. 40. ; '�'.'= -its;�5 1pF."'!��.r<;'c F:1 -'r, 'T r..i�.-11R.+!.,. 7114` to 7.7 .. t`,c::i:. '-'4'�:i�,:"':VFS."�'lc;'t�.19`�:i�.,.sM�.,�.��'.•�..`'-�..—'.IJS.,. r.:C a Indian River County Landfill Modification of Permit No. So31-245825 All other conditions of the subject permit remain unchanged. This letter must be attached to Permit No. 5031-245825 and becomes part of that permit. VFO/gc/ew Sincerely, Vivian 0. Garfsin Director of District Management Date: 4/96 1 1 1 mstaimmiammaanamogyamwengataW EXHIBIT I INDIAN RIVER COUNTY LANDFILL GMS #: 3031C0O085 MONITORING PLAN IMPLEMENTATION SCHEDULE GENERAL 1'. The permittee must initiate implementation of this Monitoring Plan within sixty (60) days from the date of permit issuance. 2. The field testing, sample collection and preservation and laboratory testing, including quality control procedures, shall be in accordance with Chapter 62-160 Florida Administrative Code (F.A.C.). Approved methods as published by the Department or as published in Standard Methods, ASTM, or EPA Methods shall be used. 3. The organization collecting samples at this site must have or obtain a Comprehensive Quality Assurance Plan approved by the Department's Quality Assurance Section (Tallahassee). A copy of this plan and the approved annual plan updates shall be provided to the Department. This plan or its equivalent must be followed for the collection, preservation and transport of water samples .for this facility under this permit. Any equivalent plan must be approved by the Department prior to sample collection. Sampling personnel must have a copy of the quality assurance plan for purging and sampling in the field when sampling and must be knowledgeable of its contents, procedures, and forms. The laboratory designated to conduct the chemical analyses must have or obtain a Comprehensive Quality Assurance Plan approved by the Department's Quality Assurance Section (Tallahassee) for the parameters included in this monitoring plan. 4. If, at any time, analyses show that ground water standards or minimum criteria are exceeded in the detection wells or at the 'edge of the Zone of Discharge, the Permittee shall resample the wells within fifteen (15) days after the sampling data are received, to confirm the data. Should the permittee choose not to resample, the Department will consider the water quality analysis as representative of current ground water conditions at the facility. If the data are confirmed, or if the permittee chooses not to resample, the permittee shall notify the Department in writing_ within 14 days of this finding. notification by the Department, the shall late tet assessment monitoring in accordance with Rule62 701.510(7) F.A.C.. -1- GWMPIs 05/08/96 '71 it—",,MATITABLV NA 'Indian River County Landfill Indian River County County MIEMi b S �' a ,�`g Y .''i"? :a�`l'MF+F.3 - s,�h :.�.n s4+, p . +` :t'.+`.Pw'r.' �)' � `.K� : .e:t5��+" 'sY 5. The Department must be notified in writing at least fourteen (14) days prior to the installation and/or sampling of any monitoring well(s). GROUND WATER QUALITY MONITORING 6. The sixteen (16) ground water monitoring wells designated for water quality testing are listed on Attachment A and are shown on Attachment B. The wells and piezometers for water level measurements are shown on Attachment B. NOTE: Unless otherwise approved by the Department, wells with high turbidities must be remediated or reinstalled to reduce the turbidity value to less than 20 NTU's prior to sample collection. Should any ground water sample exhibit dissolved oxygen concentrations greater than 20% of oxygen saturation at the field measured temperature, the sampled well must be repurged then resampled as soon as an acceptable dissolved oxygen value has been attained unless it can be demonstrated that insitu ground water contains higher levels of dissolved oxygen. All water quality analyses will be performed on unfiltered samples unless approved by the Department. 7. Samples from the sixteen (16) ground water monitoring wells shall be collected semi-annually and analyzed as follows: pH (field), specific conductance (field), turbidity (field), dissolved oxygen (field), temperature (field), total ammonia as N, chlorides, iron, mercury, nitrate, sodium, total dissolved solids and the EPA 40 CFR, Part 258, Appendix I parameters. All analyses must use detection limits at or below state standards and/or minimum criteria for ground water quality; 8. Ground water levels in all wells, whether sampled or not, and all piezometers must be measured to the nearest 0.01 foot and reported semiannually unless required more frequently by permit condition. All water level measurements must be made within a one day period. These measurements must be referenced to the National Geodetic Vertical Datum of 1929 (NGVD). SURFACE WATER MONITORING 9. The The four(4) surface water sites included in this monitoring plan are S-9, S-12, S-13 and S-14. They are listed on Attachment A and shown.on Attachment B. 10.Samples from the four(4) surface water monitoring sites shall be collected semi-annually and analyzed as follows: dissolved oxygen (field), pH (field), specific conductance (field), -2- Tlf,150nAlriliVt:.TYVArsfr,t ;1:4A MIS 05/08/96 i�'�"A t7H774;7. 1 1 1 1 1 1v I Yndian River County Landfill Indian River County County temperature (field), turbidity (field), unionized ammonia (NH3), biochemical oxygen demand (5 day), chemical oxygen demand, chlorophyll A, iron, mercury, nitrate as N, total dissolved solids, total hardness as CaCO3, total organic carbon, total nitrogen as N, total phosphates as P, total suspended solids and the EPA 40 CFR, Part 258, Appendix I parameters. All analyses must use detection limits at or below State Standards and/or Minimum Criteria; 11.. Surface water elevations at sampling locations S-9, S-12, S- 13 and S-14 must be measured to the nearest 0.01 foot on the same day as ground water levels in the wells and piezometers and reported semiannually.unless required more frequently by permit condition. All water level measurements must be made within a one day period. These measurements must be referenced to NGVD. LEACHATE QUALITY MONITORING 12. The site designated for leachate quality testing is L-1. The site is listed on Attachment A and shown on Attachment B. 13. Samples from the leachate monitoring site shall be analyzed as follows: SEMI-ANNUAL ANALYSIS - pH (field), specific conductance (field), temperature (field), dissolved oxygen (field), bicarbonate as HCO3, chlorides, iron, mercury, nitrate as N, total ammonia as N, total dissolved solids and the EPA 40 CFR, Part 258, Appendix I parameters. All analyses must use detection limits at or below State Standards and/or Minimum Criteria; ANNUALLY - In addition to the semi-annual analyses, the EPA 40 CFR, Part 258, Appendix II parameters. MONITORING WELL REQUIREMENTS 14. If a monitoring well becomes damaged or inoperable, the Permittee shall notify the Department in writing within seven (7) days. The written report shall describe what problem has occurred and the remedial measures that have been taken to prevent a recurrence. The Department can require the replacement• of inoperable monitoring wells. 15. New or replacement monitoring well design or placement must be approved by the Department. Proposed well construction details based on site specific borings must be submitted with all supporting data (grain size analyses, in-situ hydraulic conductivity testing, depth to water, etc.) for Department approval prior to well installation. Use of hollow stem auger -3- MFIS 05/08/96 tY-ymmmmmumatammaaANUagam Yndian River County Landfill Indian River County County equipment is recommended. Other drilling methods must be approved by the Department prior to well installation. 16. A11 wells shall be clearly and permanently labeled and the well site maintained so that the well is visible at all times. Protective barriers must be installed at all wells which may be subject to damage by heavy equipment or traffic. 17. An abandonment plan for abandoning any well which is unsuitable for ground water monitoring must be approved by the Department prior to abandonment. REPORTING REQUIREMENTS GENERAL 18. Well completion reports for new monitor well(s) must be submitted to the Department on the attached Ground Water Monitoring Well Completion Report Form thirty installation. Note that the latitude and lonitude in degrees, minutes and seconds of each well must be provided on the form. In addition, as -built well construction diagrams and soil boring logs that cover the entire depth of the monitoring wells must be submitted to the Department 19. A survey drawing must be submitted within sixty following monitor well installation showing the location (60)days Ball monitor wells (active and abandoned), water bodies and waste filled areas. The location of features on the survey drawing must be horizontally located by standard surveying techniques. The survey drawing shall include the monitor well name and identification number as well as the location and elevation, referenced to NGVD, of all wells, permanent benchmark(s) and/or corner monument marker(s) at the site. The survey shall be conducted and certified by a Florida Registered Surveyor. SEMI-ANNUALLY 20. Ground water, surface water and leachate quality analyses shall include the parameters described above. Forms (FDEP Form 62-522.900(2) are attached for Preporting Reportarameter reportinganalyses. In order to facilitate entry of this data into the State computer system, these forms or exact replicas must be used and must not be altered as to content. If these forms are computerized, the completed forms should be submitted on an IBM formatted diskette along with the hardcopy. copies of the forms should be retained so that the n cessaryTheginal information is available to properly complete future reports. The laboratory sheets shall be submitted for all analyses. The semi-annual submittal shall also include Chain of Custody sheets, field data sheets and a summary of any water quality standards or minimum criteria that are exceeded. Monitoring test results must be -4- MPIs 05/08/96 Prr r u r. ,,✓:.. .r ....r �, !.i .,� .. ���;-�:ii'y;:.ir:iq ... ......r, r. _ _ �-..:r4.'tiv ft, +.5.� �'ti.4 x �`c�-5::_:r.: . e.. � _.. =. _ I Indian River County Landfill Indian River County County submitted to the Department within fourteen (14) days of receipt from the laboratory. 21. Water levels in all monitoring wells, whether sampled or not, all piezometers and all surface water sites must be measured to the nearest 0.01 foot and reported semi-annually unless required. more frequently by permit condition. All water level measurements must be made within a one day period. These measurements should be reported in a table that includes well or surface water point name, date water level measured, measuring point elevation referenced to NGVD, depth to water and calculated water level elevation referenced to NGVD. 22. A ground water elevation contour map for each monitored aquifer -zone must be submitted semi-annually to the Department. Ground water elevation contour map(s) should include monitoring well and piezometer locations, ground water elevation at each monitoring well location referenced to NGVD, a bar scale, ground water contour interval, date of measurement and ground water flow direction. The map(s) must incorporate adjacent and on-site surface water elevations where appropriate. BIENNIALLY 23. A total depth measurement must be made on all wells biennially, beginning with the initial monitoring. This measurement is to be reported as total apparent depth below ground surface and should be compared to the original total depth of the well. 24. A technical report shall be submitted to the Department every two years, and shall be updated at the time of permit renewal. The report shall summarize and interpret the water quality data and water level measurements collected during the past four years. The report shall contain, at a minimum, the following: a. Tabular and graphical displays of any data which shows that a monitoring parameter has been detected, including hydrographs for all monitor wells. b. Trend analyses of any monitoring parameters detected. c. Comparisons among shallow, middle, and deep zone wells. d. Comparison between upgradient and downgradient wells. e. Correlation between related parameters such as total dissolved solids and specific conductance. f. Discussion of erratic and/or poorly correlated data. g. An interpretation of the ground water contour maps, including an evaluation of ground water flow rates. h. An evaluation of the adequacy of the water quality monitoring frequency and sampling locations based upon site conditions. -5- V.MPIA Vsmxxv.. canes..I.NV.c.AWAVY.71.WretisiWrsrnn,r...rsE:s1 MPIS 05/08/96 • radian River County Landfill Indian River County County This report must be signed and sealed pursuant to Florida Statutes (F.S.) Chapters 471 and 472 which require that documents requiring the practice of professional engineering or professional geology, as described in Chapter 471 or 472, F.S., be signed and sealed by the professional(s) who prepared or approved them. This certification must be made by a registered professional who is able to demonstrate competence in the subject area(s) addressed within the sealed document. -6- MPIS 05/08/96' 1 1 1 1 1 1 e A 0 1 1 1 SAMPLING ATTACHMENT A INDIAN RIVER COUNTY LANDFILL GMS # 3031C00085 MONITORING SITES GROUND WATER MW1$ 3031A11882 _D____ UPPER SURFICIAL MW -1I 3031A11881 _D____ INTERMEDIATE SURFICIAL MW -2S 3031A10121 _D____ UPPER SURFICIAL MW -2I 3031A10126 _D____ INTERMEDIATE SURFICIAL MW -3S 3031A11$85 _D____ UPPER SURFICIAL MW -3I 3031A11602 _D____ INTERMEDIATE SURFICIAL MW -7S 3031A17314 D UPPER SURFICIAL MW -71 3031A17315 _D____ INTERMEDIATE SURFICIAL MW -86 3031A11897 _IL___ UPPER SURFICIAL MW -8I 3031A10133_ -D---- INTERMEDIATE SURFICIAL MW -9S 3031A17316 _D___- UPPEE SURFICIAL MW -9I 3031A17317 INTERMEDIATE SURFICIAL MW -10$ 3031A11895 _2___ UPPER SURFICIAL MW -10I 3031A10132 _Q-_ INTERMEDIATE SURFICIAL MW -11S 3031A17318 _D__„- UPPER SURFICIAL MW -11I 3031A17319 _IL___ INTERMEDIATE SURFICIAL SURFACE WATER S-9 3031A10135 S-12 3031A11912 S-13 3031A11913 4-14 C-6 CANAL UPSTREAM STORM WATR DISCHARGE C-6 CANAL DOWN STREAM 3031A11914 �_ SEDIMENTATION POND DISCHARGE -1- t . ' '+ �;i'�1,•';!8?"dt7'tt"':'4�1.� _ • �r.�I.Y•Y.Cf!4•xtrlY.cfi4!R.v4ux�1M !f' GWMPIS 05/08/96 ATTACHMENT A INDIAN RIVER COUNTY LANDFILL GMS # 3031C00085 MONITORING SITES SAMPLING POINT NUMBER TYPE ZONE/LOCATION MONITORED LEACHATE L-1 3031A16979 LEACHATE -2- GWMPIS 05/08/96 74 AVE LANDFILL ENTRANCE C S D CELL 300 0 600 14S 141 140 5SX 5S 5I 50 SURFACE WATER DISCHARGE POINT 15S 151 150 SEGMENT II (ACTIVE) D SG3 8SX O 8S 80 SEDIMENTATION PONDS STORMWATER 95 POND LANDFILL BOUNDARY SEGMENT I (CLOSED) 9I 9D IOS IIS U 100 11I ®SG4 ®SG5 BORROW POND S14 S014 S9 SG9 pO 4 ING WELL C STER / FACE T AMPLING TA 10 ® LEACHAT A PL G STAT( ® EXIST NG STAF r UGE - SG CDM InYboMlentol engineers. *dentists. Figure No. 1 planners. 8 management consultants RIG TION WE L 0 TION OF SURFACE WAT2 LOW INDIAN RIVER COUNTY - SANITARY LANDFILL EXISTING GROUNDWATER, SURFACE WATER. AND LEACHATE MONITORING NETWORK 31t 1 Lawton Chile* Governor Florida Department of Environmental Protection Central District 3319 Maguire Boulevard, Suite 232 Orlando, Florida 32803-3767 NOTICE OF PERMIT CERTIFIED 2-184 848 298 Indian River County Solid Waste Disposal District 1840 25th Street Vero Beach, Florida 32960 Attention: Mr. Ronald R. Brooke Indian River County - SW Indian River County Landfill - Seament IIS Class I Dear Mr. Brooks: Virginia D. Wetherell Seeret.ry Enclosed is Permit Number S031-245825 to operate the Indian River County Landfill - Segment II, Class I, issued pursuant to Section(e) 403.061(14) and 403.707, Florida Statutes. Any'party to this Order (permit) has the right to seek judicial review of the permit pursuant to Section 120.68, Florida Statutes, by the filing of a Notice of Appeal pursuant to Rule 9.210, Florida Rules of Appellate Procedure, with the Clerk of the Department in the Office of General Counsel, 2600 Blair Stone Road, Tallahassee, Florida 32399-2400; and by filing a copy of the Notice of Appeal accompanied by the applicable filing fees with the appropriate District Court of Appeal. The Notice of Appeal must be filed within 30 days from the date this Notice is filed with the Clerk of the Department. Executed in Orlando, Florida. STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION SUBMITTED BY: W. M. Bostwick, Jr., P.E. Was rogram Administrator lexander P.E. strict Di ector DATE: //—/ — 1 Printed on reeteled paper. FILING AND ACKNOWLEDGEMENT FILED, on this date, pursuant to 5120.52(11), Florida Statutes, with the designated Department Clerk, receipt of which is hereby acknowledged. /0,/,e Clerk Date Copies furnished to: Mary Jean Yon - FDEP - Tallahassee Fred Wick - FDEP - Tallahassee John G. Ladner, P.E. - Camp, Dresser 6 McKee, Inc. CERTIFICATE Or SERVICa This is to certify that this min= pi., PERMIT and all copies were mailed befordo tto: f business on fes 9're to the listed persons, Rev. 4/91 prgitrkTPWAWFrtilKWT1111,71:1717714171,17M,77,7grArprw. ,1 1 1 1 1 1 1 1 1 1 1 1 m 3 Lawton Chiles Governor r Department of Environmental Protection Central District 3319 Maguire Boulevard, Suite 232 Virginia B. Wetherel Orlando, Florida 32803.3767 Secretary Permittee: Indian River County Solid Waste Disposal District 1840 — 25th Street Vero Beach, Florida 32960 Attention: Mr. Ronald.R. Brooks I. D. Number: Permit/Certification Number 5031-245825 Date of Issue: Expiration Date: 4/25/99 County: Indian River Section/Township/Range: 25 /33 South/38 East Latitude/Longitude: 27°24'30"/80°29'30" Project: -Indian River County Landfill - Segment II, Class I This permit is issued under the provisions of Chapter(s) 403, Florida Statutes, and Florida Administrative Code Rule(s) 62-4 and 62-701, F.A.C. (formerly 17-4 and 17-701, F.A.C.). The above named permittee is hereby authorized to perform the work or operate the facility shown on the application and approved drawing(s), plans, and other documents attached hereto or on file with the department and made a part hereof and specifically described as follows: To operate the Indian River County Landfill - Segment II, Class I, adjacent to and east of Segment I at the existing Indian River County Landfill which serves the unincorporated Indian River County and municipalities of Vero Beach, Orchid, Feilsmere, Sebastian and Indian River Shores. Waste materials accepted for landfill disposal include residential, commercial, agricultural and industrial wastes. The operations at the landfill included in this permit are the household hazardous waste transfer facility and asbestos disposal. Other operations not included in this permit are construction and demolition debris disposal, waste tire processing facility, closed Segment I - Class I disposal area and the recycling drop off facility and processing area. The flexible membrane liner used for the Class I landfill is a 60 -mil high density polyethylene (HDPE). Leachate is collected from the Segment II, Class I landfill by a network of six-inch diameter HDPE pipes located at natural grade and above an impermeable 60 -mil HDPE liner. The leachate is conveyed to a pump station/leachate sump located at the northwest corner of Segment II. The method of leachate treatment DER FORM 17-1.201(5) Effective November 30, 1982 Page la of 8. "Protect, Conserve and Manage Florida's Environment and Natural Resources" Printed on ',cyder) poper. ?3 'd1hITist4i?'iiri' W rid} t ?i and disposal is to force main all leachate to the West Subregional Wastewater Treatment Plant. The spray irrigation system will only be used as needed for evaporation during dry periods on the lined areas of the landfill and not on the side slopes where leachate can be mixed with stormwater. The project incorporates a ground water and surface water monitoring plan. LOCATION: The facility is located south of Oslo Road, west of Range Line Road '(74th Avenue) and east of Interstate 95 in Section 25, Township 33 South, Range 38 East, in Indian River County, Florida. General Conditions are attached to be distributed to the permittee only. DER FORM 17-1.201(5) Effective November 30, 1982 Page lb of 8. NERAL CONDITIONS: • The tens, conditions, requirements, limitations and restrictions set forth in this permit, are *permit conditions' and are binding and enforceable pursuant to Sections 403.141, 403.727, or 403.859 through 403.561, F.S. The permittee is placed on notice that the Department will review this permit periodically end may initiate enforcement action for any violation of these conditions. . Thispermitis valid only for the specific processes and operations applied for and indicated in the approved drawings or exhibits. Any unauthorized deviation from the approved drawings, exhibits, specifications, or conditions of this permit ney constitute grounds for revocation and enforcement action by the Department. As provided in subsections 403.057(6) end 403.722(5), F.S., the issuance of this permit does not convey any vested rights -or any exclusive privileges. Neither does it authorize any injury to public or private -property er any invasion of personal rights, nor any infringement of federal, state, or local laws or regulations. This permit is not a waiver of or approval of any other Department permit that may be required for other aspects of the total project which ere not addressed in this permit. This permit conveys no title to land or water, does not constitute State recognition or acknowledgement of title, and does not constitute authority for the use of submerged lands unless herein provided and the necessary title or leasehold interests have been obtained from the State. Only the Trustees of the Internal leprovsment Trust Fund may express State opinion as to title. This permit does not relieve the permittee from liability for harm or injury to huaon health or welfare, animal, or plant life, or property caused by the construction or operation of this permitted source, or from penalties therefore; nor does it *lieu the permittee to cause pollution in contravention of Florida Statutes end Deportment rules, unless specifically authorized by an order from the Department. 6. The permittee shall properly operate and maintain the facility and systems of treatment and control (and related appurtenances) that are installed and used by the permittee to achieve compliance with the conditions of this permit, as required by Department rules. This provision includes the operation of backup or auxiliary facilities or similar systems when necessary to achieve compliance with the conditions of the permit and when required by Department rules. The permittee, by accepting this permit, specifically agrees to allow authorized Department personnel, upon presentation of credentials or other documents as may be required by low and at reasonable times, access to the premises where the permitted activity ft Located er conducted to: (a) Have access to and copy any records that' must be kept under conditions of the permit; (b) Inspect the facility, equipment, practices, or operations regulated or required under this permit; and (e) Sample or monitor any substances or parameters at any location reasonably necessary to assure compliance with this permit or Department rules. Reasonable time may depend on the nature of the concern being investigated. If, for any reason, the permittee does not comply with or will be unable to comply with any condition or limitation specified in this permit, the permittee shall immediately provide the Department with the following information: (a) A description of and cause of noncompliance; and (b) The period of noncompliance, including dates and times; or, if not corrected, the anticipated time the noncompliance is expected to continue, and steps being taken to reduce, eliminate, and prevent recurrence of the noncompliance. The permittee shell be responsible for any and all dosages which ay result and may be subject to enforcement action by the Department for penalties or for revocatjpn 9f this permit. Page 2 of 8 ENERAL CONDITIONS: In accepting this permit, the permittee uderstands and agrees that all records, notes, monitoring data and other information relating to the construction or operation of this permitted source which are submitted to the Department may be used by the Department as evidence in any enforcement case involving the permitted source arising under the Florida Statutes or Department rules, except where such use is prescribed by Section 403.111 and 403.73, F.S. Such evidence shall only be used to the extent it is consistent with the Florida Rules of Civil Procedure and appropriate evidentiary rules. 0. The permittee agrees to comply with changes in Department rules and Florida Statutes after a reasonable time for compliance; provided, however, the permittee does not waive any other rights granted by Florida Statutes or Department rules. 11. This permit is transferable only upon Department approval in accordance with Rule 17.4.120 and 117.30.300, F.A.C., as applicable. The permittee shall be liable for any non-compliance of the permitted activity until the transfer is approved by the Department. 12. This permit or a copy thereof shall be kept of the work site of the permitted activity. 13. This permit also constitutes: ( ) Determination of gest Available Control Technology (RACT) ( ) Determination of Prevention of Significant Deterioration (PSD) ( ) Certification of compliance with state Mater Quality Standards (Section 401, PL 92.500) ( ) Compliance with New Source Performance Standards 14. The permittee shall comply with the following: (a) Upon request, the permittee shall furnish all records and plans required under Department rules. During enforcement actions, the retention period for all records will be extended automatically unless otherwise stipulated by the Department. (b) The permittee shall hold at the facility or other location designated by this permit records of all monitoring information (including all calibration and maintenance records and all original strip chart recordings for continuous monitoring instrumentation) required by the permit, copies of all reports required by this permit, and records of all data used to complete the application for this permit. These materials shalt be retained at least three years from the date of the sample, measurement, report, or application unless otherwise specified by Department rule. (c) Records of monitoring information shall include: 1. the date, exact place, and time of sampling or measurements; 2. the person responsible for performing the sampling or measurements; 3. the dates analyses were performed; 4. the person responsible for performing the analyses; 5. the analytical techniques or methods used; 6. the results of such analyses. 15. When requested by the Department, the permittee shall within a reasonable time furnish any information required by law which is needed to determine compliance with the permit. If the permittee becomes aware the relevant facts were not submitted or were incorrect in the permit application or in any report to the Department, such facts or information shall be corrected promptly. :DEP Form 17.1.201(5) Effective November 30, 1982 Chapter 17-30 was transferred to Chapter 17-730. Page 3 of 8 1 1 1 PERMITTEE: Indian River County Solid Waste Disposal District 7 - Attentions Mr. Ronald R. Brooks SPECIFIC CONDITIONS: I. D. Number: Permit/Certification Number: 8031-245825 Date of Issue: Expiration Date: 4/25/99 1. Drawings, plans, documents and specifications submitted by the permittee, not attached hereto, but remain on file at the Central District office, are made a part of this permit. 2. A copy of the permit, with a complete copy of the permit application and engineering drawings shall be kept on file at.the landfill for inspection and review upon request. 3. This permit does not relieve the permittee from complying with any other appropriate stormwater, MSSW or other permit requirements. 4. Signs indicating the name of the operating authority, traffic flow, hours of operation, chargee for disposal and the type of waste accepted, shall be placed.at all entrances to the site. 5. Access -to the facility shall be restricted by an effective barrier designed to prevent unauthorized entry and dumping. 6. The landfill shall have litter control devices, dust controls, fire protection and fire -fighting facilities. Litter is to be picked up and litter control devices are to be cleaned with the litter placed in the active cell. 7. Safety devices shall be provided on equipment to shield and protect the operators from potential hazards during operation. 8. In the event of equipment malfunction, destruction, breakdown or other problems resulting in the permittee being temporarily unable to comply with any of the conditions of this permit, the Department is to be immediately notified by the permittee as to the cause, what steps are being taken to correct the problem and prevent its recurrence, as required by Rule 62-4.130, F.A.C. (formerly 17-4.130, F.A.C.). 9. There shall be no discharge of liquid effluents or contaminated runoff to surface or ground water without prior approval from this Department. 10 . All !urface water runoff from the site shall be collected and treated to meet the requirements of Chapters 62-302, 62-4, and 62-25, F.A.C. (formerly 17-302, 17-4 and 17-25, F.A.C.), prior to discharge off-site. The surface water management system shall prevent surface water flow into waste filled areas. 11. The zone of discharge for the facility shall be a three dimensional volume, defined in the vertical plane as extending from the top of the ground to DER FORM 17-1.201(5) Effective November 30, 1982 Page 4 of 8. Vit:'. - ! .._4x• . a .4 •',a6tW,Mr;:MV4. A:140`&?` •:�:;, 4. tlf'P7cq'Xp17 rift ,,1 r ,..A: .. wrtVKtvKrS PERMITTEE: Indian River County Solid waste Disposal District Attention: Mr. Ronald R. Brooks SPECIFIC CONDITIONS: I. D. Number: Permit/Certification Number: S031-245825 Date of Issue: Expiration Date: 4/25/99 the base of the most surficial aquifer, and defined in the horizontal plane as extending 100 feet from the waste deposit. Class G -II water quality standards must be met at the boundary of the zone of discharge in accordance with Rule 62-522.410, F.A.C. (formerly 17-522.410, F.A.C.). 12. The Ground Water, Surface Water, and Leachate Monitoring Plan attached as Exhibit I, is made part of this permit. 13. Stormwater that comes into contact with leachate shall be treated as leachate and any leachate emanating from the landfill shall be collected and treated as necessary to meet the requirements of Rules 62-302, 62-4 and 62-25, F.A.C. (formerly 17-3d2, 17-4 and 17-25, F.A.C.). 14. Burning of solid waste is prohibited except in accordance with Rule 62-701.300(3), .F.A.C. (formerly 17-701.300(3), F.A.C.). Any fires at the landfill must be reported to the Department within 5 days by letter explaining the cause, remedial action and measures taken to prevent a recurrence. 15. The household hazardous waste transfer facility shall operate in accordance with the Hazardous Waste Rule, Chapter 62-730, F.A.C. (formerly 17-730, F.A.C.). 16. Asbestos disposal shall meet the requirements of 40 CFR Part 61.154. After placement of the asbestos, landfill personnel shall place a minimum of six (6) inches of cover soil over the asbestos. 17. Any incidental hazardous wastes received in connection with operation of this facility must be disposed of in accordance with Rule 62-730, F.A.C. (formerly 17-730, F.A.C.). 18. solid waste shall be spread in layers of approximately two feet in thickness and compacted to approximately one (1) foot ,in thickness or as thin a layer as practical before the next layer is applied. All compacted solid waste shall be formed into calls, with the working face and the side grades above land surface, at a slope no greater than three foot horizontal to one foot vertical rise. The working face shall be only large enough to efficiently accommodate vehicles discharging waste. Diversion berms to route etormwater away from the working face area shall consistently be used to minimize infiltration. 19. Sufficient cover material shall be stockpiled near the working face to provide an adequate supply for at least one week of operation. DER Form 17-1.201(5) Effective November 30, 1982 Page 5 of 8. „F� • ? ✓'•:., Vie: .i:t -hh PERMITTEE: Indian River County Solid Waste Disposal District Attentions Mr. Ronald R. Brooks SPECIFIC CONDITIONS: I. D. Number: Permit/Certification Number: 5031-245825 Date of Issue: Expiration Date: 4/25/99 20. Initial cover shall be applied at the end of each working day except the working face which may be covered with temporary cover if solid waste'will be placed on it within 18 hours. An intermediate cover of one (1) foot of compacted earth in addition to the six (6) inch initial cover shall be applied within seven (7) days of cell completion if final cover or an additionallift is not to be applied within 180 days of cell completion. 21. The landfill shall operate on a "close as you go" basis, wherein, landfill disposal .cells receive final cover on• exterior landfill surfaces as sufficient area warrants final cover. The final cover from bottom to top is a■ follows: Forty -mil VLDPE textured membrane sheet, composite eight ounce filter fabric with drainage net, eighteen inches of native cover soils, six inches of top soil, and vegetative layer. consisting of sod, and seed and mulch. 22. Sidesteps. shall be three to four feet horizontal to one foot vertical rise up to elevation 90 NOW. The top elope from 90 to 100 feet shall be approximately 4 to 6 percent. 23. Terraces and low permeability caps shall be completed and vegetated as vertical increments of 20-25 feet are achieved. 24. Cracks or eroded sections in the surface of any filled and covered area shall be properly repaired and a regular maintenance program shall be followed to eliminate pockets or depressions that may develop as refuse settles. 25. The edge of the liner must be clearly and permanently marked or outlined by staking or ocher means so that solid waste is deposited at least 10 feet back from the edge of the liner. 26. The leachate and stormwater control systems should be properly operated, and maintained, Rule 62-701.500, F.A.C. (formerly 17-701.500, F.A.C.). No person shall circumvent any pollution control device or allow the emissions or releases of pollutants without the applicable pollution control device operating properly, Rule 62-701.300, F.A.C. (formerly 17-701.300, F.A.C.). 27. A recording rain gauge shall be installed, operated and maintained to record precipitation at the landfill. Precipitation records shall be maintained and used by the permittee to compare with leachate generation rates. Form 17-1.201(5) Effective November 30, 1982 Page 6 of 8. II PERMITTEE: Indian River County Solid Waste Disposal District Attention: Mr. Ronald R. Brooks SPECIFIC CONDITIONS: -,}.0 i- 4',. I. D. Number: Permit/Certification Numbers S031-245825 Date of Issue: Expiration Date: 4/25/99 28. The landfill shall implement a gas monitoring program to comply with Rule 62-701.400(10), F.A.C. (formerly 17-701.400(10), F.A.C.). 29. The final (maximum) elevation of the landfill shall be 100 feet National Geodetic Vertical Datum (NGVD) as indicated on Figures 1 and 2 of the approved plans and application report dated January 6, 1988. 30. The Indian River County Landfill - Segment II, Claes I shall comply with Rule 62-703, F.A.C. (formerly 17-703, F.A.C.) - Training of operators of solid waste management facilities. A person may not perform the duties of an operator of a landfill after July 1, 1991, unless he has completed an operator training -course approved by the Department. -An owner of a landfill may not employ any person to perform the duties of, an operator unless such person has completed an approved solid waste management facility operator training course. 31. When the Department, after investigation, has good reason (such as complaints, questionable maintenance of equipment, improper operations, etc.) to believe that any applicable standard contained in Chapter 62-701, F.A.C. (formerly 17-701, F.A.C.), or in this permit is being violated, it may require the owner or operator of the source to identify the nature of the problem and to submit a report to the Department on the results of the investigation and corrective action taken to prevent its recurrence. 32. An operating report shall be submitted to the Department on a quarterly basis. Reports shall include the following: • a) types of solid waste received, and b) quantities of solid waste received. All submittals in response to this specific condition shall be submitted to: Solid Waste Section, Department of Environmental Protection, 2600 Blair Stone Road, Tallahassee, Florida 32399-2400 with a copy to the Department of Environmental Protection, Central District, Solid Waste Section, 3319 Maguire Boulevard, Suite 232, Orlando, Florida 32803-3767. DER Form 17-1.201(5) Effective November 30, 1982 Page 7 of 8. 44. t yz}51: ,5?a';r:rk ha='' MSF?a?'7777.75,",'-F.?:'7_kaa PERMITTEEt Indian River County Solid Waste Disposal District Attention: Mr. Ronald R. Brooks SPECIFIC CONDITIONS: I. D. Numbers Permit/Certification Number: 3031-245825 Date of Issue: Expiration Dates 4/25/99 33. An operation permit renewal must be submitted at least 60 days prior to the expiration date of this permit, Rule 62-4.090, F.A.C. (formerly 17-4.090, F.A.C.). 34. At least 90 days prior to the date when wastes will no longer be accepted, the owner or operator shall submit a closure permit application to the Department. 35. The solid waste disposal rate for this source is 270 tons per day as stated in the application. Actual operating rates may vary depending upon business conditions. 36. The permittee shall maintain compliance with Rule 62-701.630, F.A.C. (formerly 17-701.630, F.A.C..), -by submitting all required updated supporting documentation in a timely manner as outlined in the Rule. All submittals in repsonse to this specific condition shall be submitted to the Financial' Coordinator, Solid Waste Section, Department of Environmental Protection, 2600 Blair Stone Road, Tallahassee, Florida 32399-2400 with a copy to the Department of Environmental Protection, Central District, Solid Waste Section, 3319 Maguire Boulevard, Suite 232, Orlando, Florida 32803-3767. ISSUED OF FLORIDA DEPARTMENT NVIRONMENTAL REGULATION A. Alexa der, P.E. District Director 3319 Maguire Boulevard Suite 232 Orlando, Florida 32803 DER Form 17-1.201(5) Effective November 30, 1982 Page 8 of 8. • • . S I I '.! -iv , > ' ,'A't-� i rf _:', °' 5 ,, gip.. .va gt; ;p:''1•' ;„ :,,v EXHIBIT I INDIAN RIVER COUNTY LANDFILL GMS #: 3031C00085 GROUND WATER MONITORING PLAN IMPLEMENTATION SCHEDULE GENERAL 1. The permittee must initiate implementation of this Monitoring Plan within,sixty (60) days from the date of permit issuance. 2. The field testing, sample collection. and preservation and laboratory testing, including quality control procedures, shall be in accordance with Chapter 62-160, formerly 17-160, Florida Administrative Code (F.A.C.).. Approved methods as published by the Department or as published in Standard Methods, ASTM, or EPA Methods shall be used. 3. The organization collecting samples at this site must have or obtain a Comprehensive Quality Assurance Plan approved by the Department's Quality Assurance Section (Tallahassee). A copy of this plan and the approved annual plan updates shall be provided to the Department. This plan or its equivalent must be followed for the collection, preservation and transport of water samples for this facility under this permit. Any equivalent plan must be approved by the Department prior to sample collection. Sampling personnel must have a copy of the quality assurance plan for purging and sampling .in the field when sampling and must be knowledgeable of its contents, procedures, and forms. The laboratory designated to conduct the chemical analyses must have or obtain a Comprehensive Quality Assurance Plan approved by the Department's Quality Assurance Section (Tallahassee) for the parameters included in this monitoring plan. 4. If, at any time, analyses show that ground water standards are exceeded at the edge of the Zone of Discharge, the Permittee shall resample the wells within fifteen (15) days after the sampling data is received, to confirm the data. Should the permittee choose not to resample, the Department will consider the water quality analysis as representative of current ground water conditions at the facility. If the data is confirmed, or if the permittee chooses not to resample, •the permittee shall notify the Department in writing within 14 days of .this finding. Upon notification by the -Department, the permittee shall initiate assessment monitoring in accordance with Rule 62- 701.510(7),formerly 17-701.510(7) F.A.C.. GWMPIS 09/09/94 Indian River County Landfill Indian River County 5. The Department must be notified in writing at least fourteen (14) days prior to the installation and/or sampling of any monitoring well(s). GROUND WATER QUALITY MONITORING 6. The sixteen (16) ground water monitoring wells designated for water quality testing are listed on Attachment A and are shown on Attachment B. The wells and piezometers for water level measurements are shown on Attachment B. NOTE: Unless otherwise approved by the Department, wells with high turbidities must be remediated or reinstalled to reduce the turbidity value to• less than 20 NTU's prior to sample collection. Should any ground water sample exhibit dissolved oxygen concentrations greater than 20% of oxygen saturation at the field measured temperature, the sampled well must be repurged then resampled as soon as an acceptable dissolved oxygen value has been attained unless it can be demonstrated that insitu ground water contains higher levels of dissolved oxygen. All water quality analyses will be performed on unfiltered samples unless approved by the Department. 7. Samples from the sixteen (16) ground water monitoring wells shall be analyzed as follows: SEMIANNUAL ANALYSIS - pH (field), • specific conductance (field), turbidity (field), dissolved oxygen (field), temperature (field), total ammonia as N, chlorides, iron, mercury, nitrate, sodium, total dissolved solids and the EPA 40 CFR, Part 258, Appendix I parameters. A11 analyses must use detection limits at or below State Standards; 8. Ground water levels in all wells, whether sampled or not, and all piezometers must be measured to the nearest 0.'01 foot and reported semiannually unless required more frequently by permit condition. All water level measurements must be made within a one day period. These measurements must be referenced to the National Geodetic Vertical Datum of 1929 (NGVD). • SURFACE WATER MONITORING 9. The four (4) surface water sites included in this monitoring plan are S-9, S-12, S-13 and S-14. They are listed on Attachment A and shown on Attachment B. -2- PWIOTe no Inn /n• Indian River County Landfill Indian River County 10. $amples from the four (4) surface water monitoring sites shall be analyzed as follows: SEMIANNUAL ANALYSIS - dissolved oxygen (field), pH (field), specific conductance (field), temperature (field), turbidity (field), unionized ammonia (NH3), biochemical oxygen demand (5 day), chemical oxygen demand, chlorophyll A, fecal coliform, iron, mercury, nitrate, total dissolved solids, total hardness, total organic carbon, total nitrogen, total phosphates, total suspended solids and the EPA 40 CFR, Part 258, Appendix I parameters. All analyses must use detection limits at or below State Standards; 11. Surface water elevations at.sampling locations S-9, S-12, S- 13' and S-14 must be measured to the nearest 0.01 foot and reported semiannually unless required more frequently by permit condition. All water level measurements must be made within a one day period. These :easurements must be referenced to NGVD. LEACHATE QUALITY MONITORING 12. The site designated for leachate quality testing is L-1. It is listed on Attachment A and shown on Attachment B. 13. Samples from the leachate monitoring site shall be analyzed as follows: SEMI-ANNUAL - pH (field), temperature (field), dissolved HCO3, chlorides, iron, mercury, total dissolved solids and the parameters. All analyses must State Standards; specific conductance (field), oxygen (field), bicarbonate as nitrate as N, total ammonia as N, EPA 40 CFR, Part 258, Appendix I use detection limits at or below ANNUALLY - In addition to the semi-annual analyses, CFR, Part 258, Appendix II parameters. MONITORING WELL' REQUIREMENTS the EPA 40 14. Well completion reports for new well installation shall be' submitted to the Department on the attached Ground Water Completion Report t.Farm within thirty (30) . days after installation. Note that. the latitude and longitude in degrees, minutes and seconds of each well must be provided on the form. In addition, as -built well construction diagrams and soil boring -3- GWMPIS 09/12/94 _ _ V_ L _ rt i _1 , {5 7�s F.y. zy. t'�'ti 4_. �,c i' n ::l: i.;: s.{.,'r. '..J l: tC :.�tiS%.• ;r., i Indian River County Landfill Indian River County logs that cover the entire depth of the monitoring wells must be submitted to the Department. 15. If a monitoring well becomes damaged or inoperable, the Permittee shall notify the Department in writing within seven (7) days. The written report shall describe what problem has occurred and the remedial measures that have been taken to prevent a recurrence. The Department can require the replacement of inoperable -monitoring wells. 16. New or replacement monitoring well design or placement must be approved by the Department. Proposed well construction details based on site specific borings must be submitted with all supporting data (grain size analyses, in-situ hydraulic conductivity testing, depth to water, etc.) for Department approval prior to well installation. Use of hollow stem auger equipment is recommended. Other drilling methods must be approved by the Department prior to well installation. 17. All wells shall be clearly and permanently labeled and the Well site maintained so that the well is visible at all times. Protective barriers must be installed at all wells whichmay be subject to damage by heavy equipment or traffic. 18. An abandonment plan for abandoning any well which is unsuitable for ground water monitoring must be approved by the Department prior to abandonment. • REPORTING REQUIREMENTS GENERAL 19. Well completion reports for new monitor wells MW -7S, MW -7I, MW -9S, MW -9I, MW -11S, and MW -11I must be submitted to the Department thirty (30) days after installation. 20. A survey drawing must be submitted within sixty (60) days following monitor well installation showing the location of all monitor wells (active and abandoned), water bodies and waste filled areas. -The location of features on the survey drawing must be horizontally located by standard surveying techniques. The survey drawing shall include the monitor well name and identification number as well as the location and elevation, referenced to NGVD, of all wells, permanent benchmark(s) and/or corner monument marker(s) at the site. The survey shall be conducted and certified by a Florida Registered Surveyor. SEMI-ANNUALLY 21. Ground water, surface water and leachate quality analyses -4- GWMPIS 09/09/94 133 A 1 Indian River County Landfill Indian River County ":�nr�r'o�,+ u'1�:.rc:. i�„ v..�. � •t'tiSt:-ra'a �-.��>.f-PEi�. :,a�dr2', .�?;� shall include the parameters described above. Parameter Report Forms, (FDEP Form 62-522.900(2), formerly 17-522.900(2)) are attached for reporting semi-annual analyses. In order to facilitate entry of this data into the State computer system, these forms or exact replicas must be used and must not be altered as to content. If these forms are computerized, the completed forms should be submitted on an IBM formatted diskette along with the hardcopy. The original copies of the forms should be retained so that the necessary information is available to properly complete future reports. The laboratory sheets shall be submitted for all analyses. The semi-annual submittal shall also include a summary of any water quality standards or criteria that are exceeded. Monitoring test results must be submitted to the Department within fourteen (14) days of receipt from the laboratory. 22. Water levels in all 'monitoring wells, whether sampled or not, all piezometers and all surface water sites must be measured to the nearest 0.01 foot and reported semi-annually unless required more frequently by permit condition. All water level measurements must be made within a one day period. These measurements should be reported in a table that includes well or surface water point name, date water level measured, measuring point elevation referenced to NGVD, depth to water and calculated water level elevation referenced to NGVD. 23. A ground water contour map for each monitored aquifer zone must be submitted semi-annually to the Department. The map(s) must incorporate adjacent and on-site surface water elevations where appropriate. BI ANNUALLY 24. A total depth measurement must be made on all wells bi- annually, beginning with 'the initial monitoring. This measurement is to be reported as total apparent depth below ground surface and should be compared to the original total depth of the well. 25. A technical report shall be submitted to the Department every two years, and shall. be updated at the time of permit renewal. The report shall summarize and interpret the water quality data and water level measurements collected during the past four years. The report shall contain, at a minimum, the following: a. Tabular an graphical displays of any data. which shows that a monitoring parameter has been detected.including hydrographs for all monitor wells. . b. Trend analyses of any monitoring parameters detected. -5- GWMPIS 09/09/94 s .. s.. ' i i. o,-. :t1 �i �' > >f'' ` �2 -:., tC 1 r ti f !� :3. , v. ,:F o �� .'"a... 3. .'.G,� �.=.;'.F,171:. . �'. » j2• Indian Rivsr County Landfill Indian Rivsr County c. Comparisons among shallow, middle, and deep zone wells. d. Comparisons between upgradient and downgradient wells. e. Correlations between related parameters such as total dissolved solids and specific conductance. f. Discussion of erratic and/or poorly correlated data. g. An interpretation of the ground water contour maps, including an evaluation of ground water flow rates. h. An evaluation of the adequacy of the water quality monitoring frequency and sampling locations based upon site conditions. This report must be signed and sealed pursuant to Florida Statutes (F.S.) Chapters 471 and 472 which require that documents requiring the practice of professional engineering or professional geology, as described in Chapter 471 or 472, F.S., be signed and sealed by the professional(s) who prepared or approved them. This cettification must be made by a registered professional who is able to demonstrate competence in the subject area(s) addressed within the sealed document. 44. - -6- GWMPIS 09/09/94 SAMPLING GROUND WATER MW -1S MW -1I MW -2S MW -2I MW -3S MW -3I MW -7 S MW -7I MW -8S MW -8I MW -9S MW -9I MW -10S MW -10I MW -11S 14W -11I ATTACHMENT A INDIAN RIVER COUNTY LANDFILL GMS # 3031C00085 MONITORING SITES 3031A11882 . 3031A13.881 3031A10121 3031A10126 3031A11885 3031A11602 3031A17314 IIINAINNO00.01.• 3031A17315 �- 3031A11897 D 3031A10133 D __ SURFACE WATER S-9 S-12 S-13 S-14 3031A17316 3031A17317 3031A11895 3031A10132 3031A17318 3031A17319 3031A10135 3031A11912 3031A11913 3031A11914 ___ -1- UPPER SURFICIAL INTERMEDIATE SURFICIAL UPPER SURFICIAL INTERMEDIATE SURFICIAL UPPER SURFICIAL INTERMEDIATE SURFICIAL UPPER SURFICIAL INTERMEDIATE SURFICIAL UPPER SURFICIAL INTERMEDIATE SURFICIAL UPPER SURFICIAL INTERMEDIATE SURFICIAL UPPER SURFXCIAL INTERMEDIATE SURFICIAL UPPER SURFICIAL INTERMEDIATE SURFICIAL C-6 CANAL UPSTREAM STORM WATR DISCHARGE C=6 CANAL DOWN STREAM SEDIMENTATION POND DI4 GWMPIS • ATTACHMENT A INDIAN RIVER COUNTY LANDFILL GMS # 3031C00085 MONITORING SITES SAMPLING 7OINT NUMBER LEACHATE TYPE SONE/LOCATION MONITORED L^1 3031A16979 LEACHATE -2- GWMPIS 09/09/94 LAT'L=:L: C. CANAL 74 AVE. 1 -----LANDFILL. ENTRANCE 300 1" • 600' 0 -600 P3 P4 004 W W ‘,•• W W W Cao CELL 4S 4D 3S 4D 3 5D SURFACE WATER DISCHARGE POINT P5 P6 P7. 2S 2I ?1D LANDFILL BOUNDARY —� SESMMEN T tCLOSEDi P1 STOR`4WATE 9s J POt:G '`�BD ' 10S � Z 10I Ili 10D 111 11D BORROW POND ,APB. • MNG 1 12S 12I EXISTING 1 12D i� BORROW 1 p�rj �/ POND `` �� \ OPOSEC 1:3URFACE SAMPLING A 1 LEA Ti STAT N l0 ROPSEI O IRfM3AYi6 v� DIRECTOR INDIAN RIVER COUNTY - SANITARY LANDFILL PROPOSED GROUNDWATER. SURFACE .WATER. AND LEACHATE MONITORING NETWORK eavkaamentol engineers. scientists. planners. 8 management consultants CA6T06-047\NEW\ 300 u:mtamtvutta::ent: t 4 AVE I L 1 —` LANDF ILL ~1 ENT R4NCt: LATE f L•_ ( CANAL ._U II - N--- J 1"-600' O -600 1 1 P2 P3 P4 4S 4D 3S 31 21 2D LANDFILL BOUNDARY —\ P1 EXISTING BORROW Pour) 1 1 1 1 I \--D04 (le 5S 51 5D 4, cac CELT. 6S 6D SEGMENT I! S (ACTIVE) 8S 8I 8D SEDIMENTATION L / PONDS SEGMENT (CLOSED) 12S 120 •\ / W W SURFACE WATER DISCHARGE POINT P6 PT - 51: 4. BORROW POND STOP:MWATE" V los I. /moi 013 E POND P8. f; ."•••1!'GEND 1 100 �! � ;; 0 'F,XIStIND WELL CLUSTER • PfOPOSED�EL. CLUSTE URFACE ATEft • SAMPLING' STATIO ®i LEA TE SA PL G STAT N ▪ ROP SED STA)F DAUGI Q IRRIGATION WELL 1 DIRECT1ON OF t SuwArC WATER FI OW INDIAN RIVER COUNTY - SANITARY LANDFILL PROPOSED GROUNDWATER. SURFACE • WATER. AND LEACHATE MONITORING NETWORK eavitau antol onglneers, selanflsts. planers, 1 management consultants Figure No. 4 11 11 111 111 111 10 111 Attachment C • Administration Building Floor Plan (Figure C-1) • Maintenance Building Floor Plan (Figure C-2) • Class I Landfill Area -Contractor Limit of Work (Figure C-3) • FDEP Operations Plan (Not included with this draft) • Water Quality Monitoring Report (Not included with this draft) bp0M157101.11147 Wd90:2t 'LT'21dki 3WIL G3AI3D3a 700.00' LATERAL C-0 CANAL ,/ 3O' R•O•w. ■ .r 'rte 1 '00° -rte .r GRASS 1401". 1 •� E._ i.._..SCALE _i t SonLE SCht C�.(f - nQuSC -:1 Ni• • • 1 1 1 COOCI AG w 11i LOG. 1 CIVIC. %LAO w4sci•Ei: YLoc. 1 2 cST*tP PARKING ARIA VOR r IA TN STALLS AT Y' wIOTN IH' -0' ONC t Lit GONITCL&c oR U SE ASPMAL7PARKING • Lilil soutmENN OEL► v$OERGROYN0. , MARKER • !' MICM.'MI IN . ExISTING PAutO ROAD•.. - TIE INTO ERI �T $vSTEM.A P 2" 3$ UT WI 1 7 11.60' e- SAli Si'wEA�. s 700.00•.4 : S• RAO • 00.00' ):\6706_055\90P\CIVIL \ FIGURES \ FIGC- 3 03/05/97 09:45:00 3:10:08 beth douglos PROPERTY LINE .JR. .MOM ..4111111111.1.••••i :MAINTENANCE RD .8 waFu 1 •. 4, "0" \\ FACE' \\ E SCALE: 1" = 400' PROPERTY LINE DETAIL A i ss n ss PROPERTY LINE rLLqSS'�_ L CCESS ROAD A]0' s sa+ 4 r s 6 s 6 • e e Locust cm. 5-5I W wsse s IMMO e ��e 6 6 4 e e e� e CULVERTS STORMWATER POND ss 75 CULVERTS LEGEND BOX CULVERT PERMANENT ACCESS ROAD 8x ± SLOPE TOP SURFACE DITCH PERIMETER ROAD ❑ ENERGY DISSIPATION STRUCTURE O TERRACE/DITCH INLET • EXISTING VERTICAL GAS VENT LOCATION Q FUTURE VERTICAL GAS VENT LOCATION D EXISTING GAS VENT ENTENSION LIMIT OF CONTRACTOR WORK AREA Figure No. C-3 CONTRACTOR UMIT OF WORK FOR OPERATIONS CONTRACT Apr 17 '97 12:06 1 1•• 1 1 1 1 5.. 1 1 a 1 1 8 1 1 1 1 1 :{Ij 8 RECEIVED TIME PPR.17. 12:06PM 1 8 1 8 8 1 8 8 1 1 1 CONFERENCE; ROOM OFFICE. �-N-� 3/32" - 1'-0" LEGEND 0 0 a CONTRACTOR USE AREA COUNTY USE AREA SHARED USE AREA PUBLIC USE AREA flims 0 _V1C111: 111 et,. 11111 1.=[11=C1C1II=1[1 Ol4Y Camp Dresser & McKee NOTE: PLAN ADAPTED FRM < UM LAN. SHEET A-2 MAINTENANCE/AD NISTRATI • BUILDING BY JOHN H. DEAN. ARCHITECT AND ASSOCIATES. MAY 1994. Figure No. C-1 PROPOSED USE OF ADMINISTRAITON BUILDING FACILITY 1 1 62-701500(2)(f) METHOD AND SEQUENCING OF FILLING WASTES Sequence of Filling Waste Waste Filling The Class I landfill shall be developed in accordance with the operations plan and the operating sequence plan as described herein. The sequence of filling shall also be in accordance with the phasing plan presented in the permit renewal application for Segment 2. Generally, Class I solid waste landfilling is accomplished in 8 to 10 foot high lifts, with the working face progressing across the base of Segment 2 in an east to west direction. A working face of about 100 feet width by 100 feet long is used. The working face area is minimized to reduce infiltration, while providing adequate room for vehicles unloading their solid waste. As of October 31,1995, the SWDD had completed filling solid waste across the entire 26 -acre Segment 2 base, to an elevation of about 60 feet National Geodetic Vertical Datum (NGVD). A terrace has been constructed at elevation 55 feet NGVD by moving the next lift inward 20 feet from the edge. Lift 4 from elevation 55 to 65 has started in the northeast corner of Segment 2, and will advance to the west. Filling of lifts sequence from north to south, in accordance with the approved fill sequence. The working face will be sloped at a 4:1 slope to maximize runoff from the cover material. Diversion berms to route stormwater away from the working face area will consistently be used to minimize infiltration. The Segment 2 top surface will generally be graded to the east and south to route stormwater away from the infill. Additional terraces with a 20 -foot width will be constructed at elevation 75 and 95 feet NGVD. This procedure will F-1 ;�y t;g11-,'•�50"WE',..�,.s���,�f'�MIV•°'��,'"c':.��?�,•,�. •. ��:!'; :•`. 7i:';•T rs+ v3 SEVEaEtBWgkk2P.V'ogo-wgotwrz,cosr•sxrca.......•.•....•,..•—••-- - MODIFIED SECTIONS OF INDIAN RIVER COUNTY SANITARY LANDFILL OPERATIONS PLAN 62-701.500(2)(f) Method and Sequence of Filling Wastes 62-701.500(2)(g) Waste Compaction and Application of Cover 62-701.500(2)(h) Operation of Gas Leachate and Stormwater Controls 62-701.500(2)(i) Water Quality Monitoring 62-701.500(5) Access Control 62-701.500(8) Leachate Management 62-701.500(9) Landfill Gas Monitoring 62-701.500(10) Stormwater Management Systems Operation and Maintenance • .,11??,,FYi; On, '4;44:1;7$57: TirxiL',.7*•,‘"t"Nri:ij • • • continue until the infill segment is constructed and ready for filling. Areas of Segment 2 which will not be filled within 180 days (due to placing solid waste into the infill) will receive intermediate cover material. A formal weekly or monthly work plan for Class I solid waste landfilling shall be prepared by the Landfill Supervisor or the Operations Supervisor. The plan should include the area to be filled during the next period, the approximate grade to be obtained, the type of cover materials(s) used, and the equipment and operators to accomplish the task. The weekly or monthly work plan should follow the general sequencing plan for filling the Segment 2 phase. The weekly or monthly plan must be flexible enough to allow for weather conditions, changing volume of wastes, and to accommodate all types of waste materials. A lateral and vertical expansion is submitted in December 1995 as a substantial modification to the Segment 2 operations permit. The filling sequence will change significantly to fill the "infill" segment between Segment 1 and Segment 2. The change in sequence is described below. Following installation of the infill system (horizontal expansion), waste shall be placed as quickly as possible in the valley of the infill expansion to provide some field capacity storage for stormwater infiltration. The objective will be to place as much select waste into the base of the infill as quickly as possible to fill it to at least the length of the north and south berms. Filling will start at the north end, and proceed in 5- to 10 -foot lifts until the infill area elevation becomes even with the Segment 2 mound. Stormwater diversion techniques discussed in other sections of the operations manual will be critical to the success of filling the infill without excessive leachate generation. F-2 r:�i � xY �Z `. 2-, :.fy�.s i •i., �4:"[' "4•.5�'.. �s,�s S1:r�•'`i'•i'}'�,t Method of Filling Wastes ffelwargagiwgzsrs The procedure for filling and compacting of the initial refuse lift over the infill liner will be different than all remaining refuse lifts. In order to protect the integrity of the new leachate collection system and infill liner, driving of vehicles directly over the protective soil layer will be prohibited. All traffic will maneuver on compacted and covered refuse, or on a compacted soil or shell rock access road. The initial lift over the infill liner will be accessed by vehicles from the top of the north berm. At first, several truck loads of carefully "selected" waste will be dumped over the north berm and an access ramp will be constructed of solid waste. A small dozer will be used to spread and compact the select waste. The refuse will be spread to a depth of at least five feet over the full extent of the prepared base using rubber tire or tracked landfill equipment. The initial lift shall be of select solid waste having no rocks, shafts, non-compressible items, white goods, or materials which could be driven through the protective layer and penetrate the liner. The completion of the initial lift and all subsequent lifts will be built from the bottom of the active working face, which is generally considered the most efficient and economic means of landfill operation. Refuse shall be placed against the working face of the previous face day's refuse, so that the first row shall act as a means of access and a berm to guide the placement of refuse for the remaining rows. Refuse shall be spread in two foot layers, and compacted with a minimum of three to five passes of the compaction machines. The spreading and compacting is intended to be a continual operation. An in-place density of at least 1,000 pounds per cubic yards shall be achieved. The operation shall maximize compaction to achieve the most efficient use of airspace. Large compressible bulky objects that cannot be recycled should be dumped to one side of the active working face on the flat surface at either the top or bottom of the working v12053 • KetaftWeg., 4rrnWin.. • F-3 w m z a • Y.+'1i' fl Cis' 1 1 t' kW,1q^!g. swr,e‘• face. The bulldozer operator should then compact the bulky object on the flat solid ground. The compacted objects should be moved to the active working face and landfilled at the base of the lift being placed. In each row, cells shall be constructed having a working face not greater than 75 to 100 feet in width (depending on volume of refuse vehicles and weather conditions) to provide unhindered vehicle access while minimizing exposed areas. A small working face decreases the cover material required, increases compaction efficiency, and decreases the potential for litter problems. The working face slope shall be maintained at a maximum slope of three (horizontal) to one (vertical). Each cell shall be constructed to an approximate height of 8 to 10 feet. This height range is considered an optimum height for compaction machinery and provides safe lines of sight for the equipment operators and spotters at the top of the landfill face. At the end of each day's operation, the active landfill working face shall be thoroughly compacted, and cover material shall be spread and compacted to a depth of six inches in accordance with FDEP requirements. The landfill currently uses shredded wood wastes and shredded tires in addition to common fill to minimize the amount of earth used for daily cover. F-4 • • a ni! Y41•, rti 17-701.500(2)(g) WASTE COMPACTION AND APPLICATION OF COVER Waste Compaction Individual solid waste cells shall be 8 to 10 feet high with maximum 3:1 sideslopes as stated in the "Method and Sequence of Filling Wastes" section. Refuse shall be spread in two foot thick layers, and compacted with a minimum of three to five passes of the compaction machines. A minimum in-place density of 1,000 pounds per cubic yard shall be achieved. The operation shall maximize compaction to conserve airspace. An annual topographic survey shall be completed, and used to determine in-place solid waste densities. •C' Cover Requirements 1 The SWDD has a competitive bid contract with an outside contractor for delivery of common fill dirt and topsoil through September 1996. Additional soil material contracts for provision of offsite borrow may be sought depending on landfill development needs and economic feasibility. The SWDD maintains an onsite stockpile of approximately 1,000 to 1,500 cubic yards to use in wet -weather situations. Although cover soil is currently purchased offsite, the landfill is equipped to excavate and haul cover material from onsite borrow areas\to the working face. Borrow can be excavated by pan from a dewatered pit or borrow is removed from a partially dewatered borrow pond by dragline and placed to the side to drain. The "dried" borrow can be loaded onto an all terrain dump truck, or a scraper pan can be used to pickup and haul cover material from the borrow area to the working face. At the itrA F-5 mywwwwwwww }r; I4 a «3 •=r�astt t A,m y.•`�i 'F ti Os?, a3 working face, it is spread by a bulldozer. As additional stormwater management areas and ditches are developed onsite or offsite, these areas will yield a new source of cover material for future operations. Daily Cover At the end of each working day, the Class I refuse will be covered with a minimum of six inches of compacted cover material. The landfill currently uses imported soil supplemented with shredded wood wastes and shredded tires for daily cover. Cover material minimizes rodent and vector problems and helps to mitigate windblown litter and the possibility of fires spreading in the fill. Two passes with the equipment is normally sufficient to compact the soil. Any remaining litter and cleanings from equipment should be placed at the bottom of the completed cell and covered. Drainage of the working face area and the borrow stockpile area should be checked and corrected to minimize erosion, if necessary. Stormwater drainage diversion berms and temporary piping shall be consistently placed to divert stormwater from the active fill area, and filled areas with daily or intermediate cover. Intermediate Cover Intermediate cover is defined as that material which is to be placed on the landfill surface in areas that will not receive final cover or an additional lift within 180 days. Intermediate cover should be placed to a minimum compacted thickness of 12 inches on top of the six inches of compacted daily cover. Any intermediate cover areas that will not be landfilled on or capped with final cover within 180 days should be seeded or covered with wood chips, hay straw or other appropriate cover material to minimize slope erosion. For areas to be exposed for longer periods, a vegetative cover of bahia v12053 F-6 y7; 46, 1 • .. 1••• =-i... .. ✓w grass (Pensacola variety) should be applied. To conserve soil, the intermediate cover may be scraped back immediately before placement of additional solid waste on top of the lift. The scraped back soil can be reused as cover material. Final Cover The final cover layering from bottom to top will consist of 18 inches of daily and intermediate cover, a 40 mil HDPE or LLDPE geomembrane, a fabric -backed geonet, 18 inches of load soil, and 6 inches of top soil. The top soil will be vegetated with Pensacola Bahia grass placed as sod. This closure configuration meets Chapter 62- 701.600(5)(g), FAC, and 40 CFR Part 258 commonly known as the Subtitle "b" regulation effective October 9,1993. The geomembrane barrier layer will have a permeability of less than 1.0 (101' cm/sec, equal to the installed bottom liner geomembrane (Segment 2) on the composite liner system used in the lateral expansion. • .J; F-7 '71,FM! 17-701.500(2)(h) OPERATION OF GAS, LEACHATE, AND STORMWATER CONTROLS Gas Mang m nt As of October 31,1995, gas management consists of 13 passive vents installed on the closed Segment 1 landfill, and monthly gas monitoring at six locations on the north, west, and south edges of Segment 1. No gas control system is in-place on the active Segment 2 landfill. The gas vents on Segment 1 are flared periodically when odor control is necessary. Existing gas vents should be inspected monthly to determine any damage. Damaged gas vents shall be repaired by replacing pipe or fittings, as necessary. Four of the existing as vents will be modified due to the infill sideslope liner. these four vents will be extended horizontally and turned upward outside of the top anchor berm for the sideslope liner. In the future, as development and closure of additional segments of the landfill produce methane, and non -methane gases, it may be necessary to modify the gas management system to conform to 40 CFR, Parts 51, 52, and 60, which were proposed on July 1,1992 and promulgated in the summer of 1994. The new regulations which require active gas management systems are applicable if the landfill has: • Accepted waste at anytime since November 8,1987, or has additional capacity for future waste deposition; ■ A design capacity of 111,000 tons or more; and • A non -methane organic compound (NMOC) emission rate of 167 tons per year or more. A three -tiered methodology is used to evaluate the mass of NMOC from a landfill. The first tier utilizes an Environmental Protection Agency (EPA) generated computer F-8 77:717 74M:174971:. • • _ '.e'�7�v`•t.r� s+7'••S.t .': P} }R•'• 041 rt. ...a _ Y •�d 4; 1,y,3Yt Ss program with typical "default" data for emission estimates. The second tier involves sampling the gas at the landfill to determine its NMOC contact. The third tier method entails installing a field testing program to determine site-specific parameters for use in the EPA model. If the landfill exceeds the threshold NMOC emissions level of 167 tons per year, the owner operator must install an active gas collection and control system. The gas control system must be able to reduce the quality of NMOCs in the landfill gas stream by 98 percent by weight. The type of gas management/odor control system installed at closure will be determined by the amount and composition of the landfill gas generated. Operating procedures will be provided when the gas management system is installed. See "Landfill Gas Monitoring", Section 17-701.500(9) of this document. Leachate Management w Leachate is collected over the liner of Segment 2 by a leachate collection and transmission system. The leachate is conveyed to a pump station/leachate sump located at the northwest corner of Segment 2. Leachate from the infill sideslope liner will be minimized by stormwater diversion techniques as discussed in Section 62- 701.500(10) of the operations plan. The stormwater section is expanded to include stormwater diversion procedures for the infill segment. 0 The leachate which is collected by the sideslope liner and by the horizontal expansion will be collected by one of two 8 -inch collection laterals, located over the composite liner. The leachate collection laterals are sloped south to north, and connect to an 8 -inch perforated header just inside the north berm of the horizontal expansion. A single pipe penetration through the north berm allows collected leachate to flow to a new manhole (Manhole No. 11). From manhole 11, the leachate flows through a 10 -inch pipe to the existing pump station. Leachate quantities are expected to increase with the horizontal F-9 1i SS 1741717 `i•I ms.,, .'- ..1: �+ .�f� Jil`_:.,, .yrr .:_1•` 1 0 expansion to a maximum leachate production of 16,000 gpd, and a total leachate flow of 23,000 gpd. The existing leachate pump station system with a capacity of 350 gpm (2 pumps each at 350 gpm, 27 feet total dynamic head) is sufficient to handle the lateral expansion area. Collected leachate is currently managed by forcemain conveyance to the Indian River County Utilities West Subregional Wastewater Plant. The leachate forcemain was installed in 1993. The leachate pump station and force main is manufactured by the Indian River County Utilities Department. If wastewater treatment regulations become more stringent or pretreatment is required, the SWDD will investigate and implement appropriate pretreatment onsite. The SWDD has obtained a leachate surge tank, which is currently stored onsite. The surge tank is not installed and could be used for pretreatment, in the future, if necessary. Stormwater Controls Operation of the existing stormwater system is discussed in Section 62-701.500(10) of the operations plan. F-10 62-701.500(2)(1) WATER QUALITY MONITORING Current groundwater quality sampling consists of semi-annual sampling at 36 onsite wells. These wells include wells installed as monitoring and detection wells during October and November 1995. There are 12 shallow wells (less than 20 feet deep), 12 intermediate wells (30 feet to 40 feet depth), and 12 deep wells (50 feet to 80 feet depth). Semi-annual sampling parameters include total dissolved solids, turbidity, total organic carbon, ammonia -nitrogen, nitrates, organic nitrogen, pH, chlorides, sulfur, specific conductive, bicarbonate ion, color, and water level. In addition, samples are analyzed for magnesium, potassium, iron, manganese, zinc, and sodium. Data is submitted on standard storet code sheets to the FDEP semi-annually in accordance with the approved November 1994 comprehensive water quality monitoring plan. A bi-annual report is being prepared to cover the last two years. An annual groundwater and surface water quality report is prepared and submitted to FDEP. The location of monitoring wells and surface water sampling points is shown on Figure 3-3 of the infill segment permit application. Field sampling and laboratory analysis are performed by an EPA -and -HRS certified analytical lab, Envirometrics, Inc. of Vero Beach, Florida. Envirometrics, Inc. has an approved field sampling quality assurance plan and an approved comprehensive laboratory analysis quality assurance plan for groundwater, surface water, and leachate. Surface water sampling is conducted quarterly at four locations at or near the discharge points from the borrow pond and the stormwater pond. The locations are at the discharge point from the sedimentation ponds, on the C-6 canal, an upstream location on the C-6 canal, and a downstream location approximately 1,100 feet east of the sedimentation pond outfall. The fourth location is at the discharge weir for the stormwater pond conveyance ditch. This location has been dry (no discharge) during v F-11 .4• •' j:.... tr � bri F,pCV'rS[i t 1Sr tfV' (11 the past four years due to the drawdown effect from the borrow pond on the stormwater management pond. Surface water sampling and analysis is conducted each quarter for the following parameters: Field: Temperature, Dissolved Oxygen, pH, Conductivity. Laboratory: Biochemical Oxygen Demand, Turbidity, Total Dissolved Solids, Nitrate - Nitrite Nitrogen, Ammonia, Alkalinity, Sodium, Arsenic, Cadmium, Chromium, Lead, Selenium, Copper, Iron, Aluminum, Sulfate, and Chlorides. Surface water quality results are sent to FDEP quarterly, and included in the annual comprehensive water quality report. The location of surface water discharge points will change as solid waste disposal areas develop, and as additional stormwater facilities are constructed. Please refer to the most recent approved water quality monitoring plan for updated information regarding stormwater and groundwater sampling points and parameters. Leachate is currently sampled semi-annually for volatile organic compounds, heavy metals, and indicator parameters. EPA 601 and 602 organic parameters are analyzed. Analytical results are forwarded to the FDEP. The parameters analyzed meet the requirements of Chapter 17-701.510(6), FAC for quarterly sampling and Chapter 17- 701.510(8)(d), FAC for annual samples. Rainfall data is used to determine the efficiency of leachate generation control methods. Landfill staff track daily rainfall and report precipitation to FDEP monthly. In addition, the Indian River Farms Water Control District has a small weather station at the scalehouse. Daily precipitation records are available from this weather station. F-12 •y 0 :;•.,S; i. e _- '?'... �f:�:'c„ J+'its ,L - 'j,8 • The comprehensive water quality monitoring plan approved in November 1994 conforms to the December 1994 Chapter 62-701, FAC regulations. The water quality monitoring plan (groundwater, surface water, and leachate) is an integral part of this operations plan. 0 a 0 F-13 -41 7717W.g. 1 62-701.500(5) ACCESS CONTROL The Indian River County SWDD Landfill Facility is open for operation and acceptance of waste Monday through Saturday. Operating hours are from 7:00 A.M. to 5:45 P.M. The landfill is closed for acceptance of all wastes New Years Day, July 4th, Labor Day, Thanksgiving Day, and Christmas Day. Facility access shall be controlled at all times. Access control discourages improper disposal, illegal dumping practices, or inadvertent acceptance of unauthorized wastes. The entire landfill perimeter is fenced to discourage unauthorized entry. In addition, major canals are located outside of and along the entire north, south, and east property boundaries. One entrance located off of Rangeline Road is utilized for all vehicles entering or leaving the landfill. All vehicles delivering solid wastes, special waste, recyclable, or other materials must enter through the main entrance and pass over the scale north of the scalehouse. The SWDD employs weighmasters and a nighttime watchman/security guard who monitor the entrance and perimeter of the solid waste management facility site. In addition, employees performing their normal work activities also identify and challenge unauthorized persons or vehicles. The Indian River County Sanitary Landfill Facility is located just north and immediately adjacent to the Indian River Correctional Institute. Security for the south portion of the landfill is improved due to the presence of the prison facility. F-14 1117k37, , ' .47,7 .-„b, r fir, • a x?�,a• ++.- .r;a 62-701.500(8) LEACHATE MANAGEMENT Segment 2 Leachate Collection/Conveyance System Leachate is a by-product of landfills, resulting from infiltration of rainfall and moisture created by decomposition, consolidation, and compression of waste materials. It is collected from the Segment 2 Class I landfill by a network of six inch diameter HDPE pipes located at natural grade and above an impermeable liner. These pipes.are perforated along the lower sections, and have been installed in ballast rock bedding surrounded with filter fabric to collect liquid leachate and trap sediment. Solid debris is blocked from entering the pipes by the rock and filter. The pipes connect with 8 and 10 inch diameter polyvinyl chloride (PVC) gravity lines, buried a minimum of three feet below grade, which drain to a series of manholes located on the east and west sides of Segment 2. The closed Segment 1 Class I disposal area is unlined except for an intermittent natural clay layer just below natural grade. Segment 2 leachate flows to a single pump station located at the northwest corner of Segment 2. Since 1988, this pump station has primarily served as a sump for leachate storage. The duplex pump system provides capacity for approximately 350 gpm/pump against a total dynamic head of 27 feet. The pumps were used from 1988 to 1993 to pump leachate to tanker trucks which transported leachate to the Indian River County West Regional Wastewater Treatment Facility. In late 1993, the SWDD entered into an agreement with the Indian River County Wastewater Department for direct forcemain conveyance of leachate to the West Regional Wastewater Treatment Plant. The SWDD contracted to install a six-inch diameter forcemain on Rangeline Road to Oslo Road, connecting into the existing Oslo Road forcemain. Beginning in February, 1994, the SWDD began to pump an average of F-15 S-.ROi; Ih., 1 1 1 1 0 D 1 e 1 1i 190,000 gallons per month of leachate to the wastewater treatment plant. The onsite leachate forcemain system consists of a 3,100 foot long four -inch diameter forcemain from the Segment 2 pump station to a manhole near the new maintenance/administration building. This manhole also collects sanitary waste from the new maintenance/administration building. The four -inch forcemain is equipped with a magnetic flow meter which will provides instantaneous flow readings and totalizes flows. From the manhole, the leachate and sanitary waste flow to a regional lift stations on Rangeline Road which repump the waste towards the regional wastewater treatment plant. The existing Segment 2 leachate collection/conveyance system includes twelve 6 -inch diameter perforated leachate laterals with solid pipe end segments, eight leachate collection manholes, an eight -inch diameter solid pipe header to drain the western half of the system, eight -inch and 10 -inch diameter headers to collect leachate from the eastern half, a header junction manhole, and the leachate pump station/sump. Each of the collection manholes receive leachate from three laterals, and empty to the gravity header system. The header pipes drain by gravity to a pump station wet well. The manholes have grouted bottom surfaces for smooth flow-through. No valves are located in the manholes for leachate shut-off. The Segment 2 leachate collection system is currently accessible for cleaning through the eight collection manholes (four to the east, four to the west) and the wet well. The four western manholes will be removed due to the infill expansion. The collection pipes will be connected directly to the leachate header without manholes. Until infill construction begins, the manholes should be inspected as a preventative maintenance practice to assess the amount of sediment collected in the manholes and the header system. The manholes should be cleaned if sediment buildup impedes leachate entering the manhole or leachate entering the header pipes. If leachate flow into one 42063 F-16 rc n 17, ,r1r": +fie?^ • 44� 4774,7-7,5 cp manhole is absent or flow volume is noticeably decreased, the situation should be investigated. Possible reasons for low or no flow are lateral collapse or more likely, lateral blockage due to soil or sediment. Each of the three laterals entering the affected manhole will need to be visually observed to determine which one(s) are blocked. If pipe blockage is identified, the lateral can be power jetted to remove sediment buildup. Power jetting or rodding should be done from the east end of the lateral, and the influent and effluent header pipe at the manhole in which the rodding is taking place, should be temporarily plugged. Any sediment should be pumped out of the manhole. Removed sediment should be disposed in the landfill, and leachate/backwash water should be pumped to a downstream manhole, or to the leachate pump station. The Indian River County Utilities Department is responsible for maintenance of the leachate pump station, meter, forcemain, and other onsite lift stations. They maintain the float system for pump control, the electrical system, submersible pumps, and valves. A flow meter has been installed on the discharge line from the leachate pump stations. The Utilities Department shall insure that the leachate flow meter remains calibrated and is in proper operating condition at all times. Leachate flows shall be read daily with the amount of leachate recorded by landfill personnel. This will allow determination of leachate production as a function of rainfall, and provide information to assess the efficiency of cover and stormwater management practices. The monthly leachate flow shall be reported with the monitoring facility report. Leachate generation/flow records shall be kept at the landfill as part of the official operation record. If leachate volume exceeds the 190,000 gallon per month average flow limit, the SWDD will have the option to purchase additional capacity at the subregional wastewater F-17 1 0 0 a 0 e 1 0 vvr tkrAte r 41.2'•F treatment plant. The Indian River County Landfill shall be operated using proper cover procedures and efficient stormwater diversion techniques to minimize the generation of leachate. Leachate is sampled and analyzed on a semi-annual basis, in order to determine the concentration and type of leachate constituents discharged to the wastewater treatment plant, and to meet Chapter 62-701 reporting requirements. If Indian River County implements a wastewater pretreatment program, the SWDD will arrange for pilot plant testing to determine the best treatment technology to meet pretreatment standards. Most pretreatment ordinances or agreements state that the pretreatment standards shall be met prior to discharge to the public system. If pretreatment is required, the industrial wastewater pretreatment should occur at the landfill facility. Lateral Expansion Leachate Collection/Conveyance System This section provides a description of the leachate collection/conveyance system designed for the lined lateral expansion area proposed to be located between existing Segment 1 and 2. The footprint area of the new system will be approximately 200 feet wide by 1,100 feet long or about 5.0 acres. The leachate collection system will also collect and convey leachate from solid waste placed over a vertical expansion liner placed on the eastern slope of Segment 1. The area protected by the Segment 1 slope liner is approximately 300 feet by 1,100 feet (projected area) or 7.5 acres. The sideslope leachate conveyance system shall consist of two feet of protective sand having a permeability greater than 1.0 (10r cm/sec placed directly over the liner. The leachate from the sideslope liner will sheet flow onto the geomembrane liner of the horizontal expansion composite liner where it will be collected by an 8 -inch diameter perforated pipe, located at the west edge of the horizontal expansion area. This F-18 collection pipe will convey the flow to a header located at the north end of the infill segment. An eight -inch diameter header will be also be located on the eastern edge of the horizontal expansion area. All north -south collection laterals will be sloped to the north at a minimum 0.4 percent pre -settlement slope to provide positive post -settlement drainage. The geomembrane liner will be underlain by a layer of clay of adequate thickness and permeability to meet the requirements of Table A of 62-701.400(3)(b)(2). The proposed leachate collection system is depicted on Sheet C-5 of the infill segment plan set. The header empties into a Segment 2 junction manhole, which empties to the leachate pump station. The area served by the pump station increases from 27 acres to 39 acres. Preventative inspections will be done on an annual basis with cleaning of the Segment 2 laterals performed on a bi-annual basis, if needed. Maintenance of the infill segment leachate collection system will be similar to the procedures used for the existing Segment 2 system. Cleanouts for each of the two leachates are provided on upstream and downstream ends. A cleanout is provided for the collection system manifold at the north berm of the lateral expansion area. Construction of the lateral expansion liner will cover the western manholes of the Segment 2 leachate collection system. The manholes will be replaced by a direct piping system. These leachate collection laterals for Segment 2 can be cleaned by power rod/power jet equipment from the eastern manholes, if necessary. Specialized equipment is available on a contractual basis for cleaning six-inch perforated pipes up to 1,200 feet in length. The following vendors are able to perform cleaning of the collection laterals from one end: • Florida Jetting Service - Clearwater, Florida (813) 797-8013 Contact: Graham Townes F-19 ittgsrA • Lanzo Construction - Pompano, Florida (305) 973-9700 Contact Fred Tingberg • A to Z Statewide Plumbing Contractor (305) 963-5800 Contact: William Hillnerck Florida Jetting Service and A to Z Statewide Plumbing have equipment available on an as -needed basis. Lanzo Construction needs a two-week notice to convert a short reel spool (600 feet) to a double spool arrangement (1,200 feet). The following addresses the minimum leachate management requirements as required by Chapter 17-701,500, FAC " Leachate Management". 1/111 • 1 . 11 • t . 1 • The landfill operator is responsible for leachate level monitoring, sampling, analysis of the landfill leachate, and for providing copies of the leachate analysis to FDEP. Leachate sampling and analysis is addressed in the approved Water Quality Monitoring Plan. Sampling and analysis is conducted by an independent analytical laboratory, Envirometrics Inc. of Vero Beach. The Environmental Chemist reviews all data • required for submittal to the FDEP and also reviews leachate sample analysis results for potentially toxic containments which may affect the biological treatment processes at the west subregional wastewater treatment plant. Leachate Collection and Removal The Landfill Operator is responsible for the operation of the leachate collection and removal system and for maintaining the system as designed for the design period and WOW F-20 post -closure permit. Leachate is collected and conveyed to the wastewater treatment facility via the county wastewater forcemain. If the leachate is classified as a hazardous waste, it shall be managed in accordance with Rule 62-730, FAC. Offsite Treatment Offsite treatment is provided by the Indian River County Utilities Western Subregional Wastewater Treatment Facility. Onsite Treatm nt Onsite leachate treatment or pretreatment is currently not required or used. Con ' gencv Plan The Landfill Operator has a contingency plan to handle leachate collection, removal, and disposal problems. If the forcemain cannot be used, arrangements are in-place to truck leachate to the offsite wastewater treatment plant. If the West Subregional Plant will not accept leachate, it will be trucked to the North County WWTP or the Gifford septage treatment facility. Leachate can temporarily be stored in the landfill cells over the liner with notification of an emergency to the FDEP. OyantitieA Quantities of leachate collected by the leachate collection and removal system are to be recorded in gallons per day from the leachate forcemain flow meter. Operators shall F-21 1 1 1 record daily flow amounts on a standard form. Completed forms shall be compiled monthly with the compiled form sent to the Landfill Manager for subsequent submittal to the FDEP on a quarterly basis. Ratan ge A rain gauge is installed, operated, and maintained by the SWDD, to record precipitation at the landfill. Precipitation records are maintained and compared with leachate generation rates. An Indian River Fanns Water Control District weather station is also located next to the scalehouse. Daily rainfall data is also available from the Water Management District. F-22 62-701.500(9) LANDFILL GAS MONITORING Gas monitoring and control systems shall be designed to prevent explosions and fires, minimize offsite odors, and damage to vegetation. The explosive range of methane is 5 percent to 15 percent by volume. The lower explosive limit is generally accepted to be 5 percent. Chapter 17-701 regulations state that the concentration of methane and other gases shall not exceed the LEL at the property boundary or exceed 25 percent of the LEL (1.25 percent by volume) in onsite and offsite structures, excluding gas control or gas recovery components. Currently, gas management consists of 12 passive vents installed on the closed Segment 1 landfill and monthly gas monitoring at six locations on the north, west, and south edges of Segment 1. The location of existing gas monitoring wells is shown on Figure 3- 4 of the infill segment permit application. Four wells located at 90 -foot elevations on the east slope of Segment 1 will be modified and extended to the top surface of Segment 1. Gas under the infill sideslope liner is not expected to be a problem as the Segment 1 landfill is cleared with a clay cap which will be left intact under the sideslope liner. As additional solid waste disposal areas are developed to the east of Segment 1, the existing gas monitoring well system will be expanded. There is minimal potential for gas migration since the landfill liners are installed at grade, and the Class I disposal area is surrounded by ditches which intercept the groundwater table. The only way the gas could migrate into surrounding soils is through a damaged liner or the leachate collection system. Although the potential for landfill gas migration is limited, state and federal regulations require landfill gas monitoring at the landfill boundary. Ten gas monitoring wells are currently installed. Four additional gas monitoring wells have been constructed, one F-23 ;VA, m 1 along the north boundary of Segment 2, one along the south edge of Segment 2, and two wells adjacent to and east of Segment 2. The location of existing gas monitoring wells are shown on Figure 3-3 (plot plan) of the infill expansion permit application. The south boundary of the landfill is approximately 1,200 feet from the Segment 1 and • Segment 2 filled area. The stormwater management ponds located south of the filled areas buffer the site boundary, and no gas monitoring wells are proposed along the south border for the next 10 years. If a Class 1 landfill is constructed (10 plus years into the future) in the south central part of the site, gas monitoring may be required due to the proximity of the Indian River Correctional Facility. Current state and federal regulations require quarterly monitoring of methane concentration in enclosed structures located on the landfill. Enclosed structures on the landfill include the existing scalehouse, landfill office, storage building (next to the HHW facility) and enclosed sheds. The planned administration/maintenance building will also require quarterly monitoring when completed, and occupied. Results of methane monitoring shall be submitted to the FDEP quarterly. vi2053 F-24 r.ITA .. Wig@IT`Z°.',hM. ati% 'I..''9 oFf : . yr??¢..1. 7M.°1�,N"U` :` "•'�.r `�F. -'t - • * .. . _ .:. w ^$' t ,a.., , '1 ; A. 62-701.500(10) STORMWATER MANAGEMENT SYSTEM OPERATION AND MAINTENANCE A description of the existing stormwater system for Segment 1 and Segment 2 prior to the infill expansion is provided in this section. The stormwater modifications required for the infill expansion are discussed in detail. The existing stormwater management system consists of a series of perimeter and internal ditches which are used to convey surface water runoff from solid waste disposal and operational areas to a 16 -acre stormwater pond. The ditches are generally shallow (2 to 5 feet) and vary in width from 10 to 40 feet to provide adequate conveyance. Bottom ditch elevations are from 19 to 25 feet NGVD. Installed conduits consist of 12, 24, and 36 -inch diameter corrugated metal pipe. Runoff from Segments 1 and 2 is conveyed through five sets of double pipes (24 -inch) diameter into the stormwater pond. Runoff from the north central portion of the site is conveyed by ditches to the northwest corner of the stormwater pond. Runoff from the operations building area is routed southward, then westward through an existing wetland area to the southeast corner of the stormwater pond. Stormwater from the C&D debris is conveyed westward, then northward to the culvert on the eastern bank of the stormwater pond. The stormwater pond, located just south of Segment 1 is a former borrow pond. This pond is 20 to 25 feet in depth and is steeply sloped due to its former use. The pond is kept artificially low, compared to the surrounding groundwater table by the pumping drawdown of an adjacent borrow pit pond, located south of the stormwater pond. The stormwater pond runoff is filtered things to soil berm which separates the stormwater pond from the borrow pond. The borrow pond is mined to obtain soil material and shell material for landfill operations and temporary onsite road construction. This pond initiated in 1988, has 41053 AO.Fge,,w�?y F-25 ,M~ itg-ITRir, 7x71 m m m been excavated to a depth of 20 to 25 feet, and also has steep sideslopes. The easily available borrow has been removed and only small quantities of soil and shell rock are presently being excavated. The borrow pond water surface is drawn down by pumping to an elevation of 10 to 15 feet NGVD to remove soil and shell rock. The borrow pond drawdown lowers the adjacent stormwater pond to a water level in the range of 12 to 20 feet NGVD, resulting in significant stormwater storage volume in the stormwater pond. The borrow operation has been continuous since its inception, and the stormwater pond has never discharged directly to the stormwater control weir located on the Indian River Farms Water Control District C-6 canal. Pump discharge from the borrow pump is routed through a series of sedimentation basins, which allows turbidity to settle, prior to release to a culvert leading to the C-6 canal upstream of the stormwater pond discharge weir. Construction and filling of the infill segment results in a significant modification to the existing Segment 1 and Segment 2 stormwater systems. The modified stormwater control system is comprised of an interim stormwater diversion system on the east sideslope of Segment 1 and west sideslope of Segment 2; and permanent modifications of perimeter ditches, and culverts. Permanent letdown structures and pipe will be installed in phases on the north, east and south sideslopes of infill segment and Segment 2. • Interim Stormwater Systems (Segment 1 east sideslope) The proper upslope diversion of stormwater collected over the sideslope liner is crucial in the success of solid waste filling operations in the infill segment and for the minimization of leachate. The sideslope liner will be installed by a contractor, and a minimum of two feet of protective sand will be placed over the HDPE liner to elevation 40 feet NGVD. The portion of the sideslope liner above 40 feet NGVD will not be covered with sand during the initial construction project. The side anchor berms of the sideslope liner will have pipe penetrations of approximate elevations 40, 50, 60, 70, 80, and 90 feet NGVD for removal of collected stormwater. One pipe penetration will be installed at north and south anchor berms of the sideslope liner at the above referenced elevations. The Contractor will install a diversion dam made of interlocking concrete traffic barriers at the lower edge of the 40 foot elevation 6:1 slope ledge. The traffic barrier diversion dam is to be placed on a minimum 16 ounce geotextile or a friction pad over the textured liner. The sand layer will be increased to a minimum height of 3 feet downslope of the traffic barriers to provide stability. Precipitation falling in the sideslope liner will be collected in a north -south channel immediately upslope of the traffic barriers. The channel will be sloped from the center of the sideslope liner toward the north and south liner anchor berms. The channel will discharge through the pipe penetrations located at the 40-, 50-, 60-, 70-, 80-, and 90 -foot elevations. The pipes exiting the sideslope berm connect to letdown pipes buried in the sideslope liner berm. The letdown pipes discharge to manhole structures which will empty either to the north Segment 1 perimeter ditch or the stormwater pond. A 24 -inch diameter smooth wall HDPE pipe is used for the Segment 1 northeast corner letdown. The 24 -inch pipe letdown will be part of the permanent stormwater control system following filling of the infill. A riser inlet will intercept stormwater runoff for a 416.1.143 1411112 snlitikiWMASVA • F-27 ,�j�}V!Y}�. i1�i'��+:<�lr,Tj-`.:�Y4�=i:Y; :FI��.IiT�,:j •f' .. ... '-It small slope area between the north sideslope liner berm and the relocated Segment 1 access/maintenance road. A 30 -inch diameter smooth wall HDPE pipe is used for the south letdown. This letdown pipe on the southeast corner of Segment 1 will remove stormwater from the top surface of Segment 1, and from about 2.5 acres of the top surface of the infill. This pipe will permanently drain these areas. The bottom structures at the terminus of the northern letdown will be used for an additional future letdown pipe which conveys stormwater from the south sideslopes of the infill. Operational Procedure for Relocating Sideslope Liner Diversion Das As filling progresses, the SWDD will relocate the diversion dams at 10 -foot vertical intervals. The horizontal displacement will be 30 to 40 feet. Removal of the diversion dam traffic barriers will require a crane. The crane should have at least a 40- to 50 -foot reach and a minimum lifting capacity of 10,000 pounds. The weight of each traffic barrier is approximately 5,000 pounds. Relocation of traffic barriers should be scheduled for drier periods of the year (October through June) if possible. If barriers must be relocated during the wet season, only one side of the diversion dam (north or south half) should be relocated at a time. If inclement weather is expected, only the width of barriers which can be relocated in one day should be removed. Removal of barriers should be from the middle portion of the existing line of barriers toward the sideslope anchor berm. Replacement should be from the sideslope anchor toward the center portion of the sideslope liner. This procedure will ensure that barriers on the lower terrace are in place adjacent to the pipe penetrations, providing at least a partial diversion channel. The lower pipe penetration must be properly removed from service and the pipe end cap secured with stainless steel bands when the next upper diversion dam is ready for operation. vpOSI F-28 ctly:a o. rte: -.r. .,IA ?_rjr . lr:74e� The relocation procedure should be performed in the following order: 1. When there is still a 6- to 8 -foot length of sand below the barrier, order sand to be brought in by dump truck. Approximately 3,500 cubic yards will be needed for the area between the 40- and 50 -foot elevation. Arrange for delivery a few days in advance of removal of the traffic barriers. Dump sand along the length of barriers to be relocated to provide a staging "ridge" 4 to 5 feet high. 2. Using a crane, remove the length of barriers to be relocated, placing them over solid waste within the swing radius of the crane at the same length as the transition length between barrier elevations (30 to 40 feet). Remove protective geotextile (16 ounces geotextile or friction pad) if easy to remove. If difficult to remove due to sand over geotextile, smooth geotextile manually as much as possible. 3. Place 3 -foot long section of 12 -inch to 24 -inch diameter pipe with 6 -inch marked intervals in a vertical position at 10 -foot intervals in one section of the sideslope liner. The pipes will be used as temporary grading "stakes." 4. Using a small track -mounted dozer, begin spreading the sand ridge up the slope achieving at least a 2.5 -foot thickness. Take sand off the working ridge for spreading, never allowing the working ridge to be thinner in depth than 3 feet. Replenish the working ridge with new dump truck loads as sand is being worked up the ridge. Place sand up the slope in about 10 -foot extensions to the previous edge of sand, then work laterally north to south or south to north. Repeat this procedure until the upper edge of sand is approximately 30 feet upslope from the last location of the traffic barriers. Carefully place sand to provide a horizontal edge which can be used to butt against the traffic barriers. • F-29 1 1 e 0 5 5. When a sufficient length of sand (about 60 feet) has been spread 30 to 35 feet above the previous barrier location, place 16 ounce geotextile or friction pad at the edge of sand to protect the geomembrane. Prior to placing the geotextile, clean any sand away which would be under the geotextile. The geotextile should be placed parallel to and about a foot downslope of the upper penetration pipe location. 6. Relocate the crane to the upslope edge of the solid waste filled area. Using the crane with adequate spotters and placement personnel, gently set the traffic barriers over the protective geotextile. The traffic barriers have interlocking tongue and groove joints, and may need to be positioned using guide ropes. 7. Pipe sand behind traffic barrier to a minimum height of 3 feet. Remove end cap from current level pipe penetration. Save cap for future use to permanently close the penetration pipe. Segment 2 Partial Closure Letdown System As part of the infill segment construction, eight letdown pipes will be installed around the perimeter of Segment 2 (north, east, and south sides) to deliver stormwater from the bench terraces to the perimeter ditch. The ditch is being widened to a 12 -foot bottom width on the north side of Segment 2 and to a bottom width of 15 feet on the east and south sides. The letdown system consists of two riser inlets at each terrace. These inlets connect to a 24 -inch HDPE letdown pipe (SDR 32.5) via 12 -inch HDPE pipe. Riser inlets are 30 -inch diameter pipe, 36 inches high, and have aluminum edge frames for strength. Each riser pipe is installed with a thrust block to provide stability. The area where the letdown „O„ F-30 pipe crosses a terrace is bermed to provide at least two feet of protective cover over the pipe. The berm over the letdown pipe is sloped so that stormwater runoff flows to the riser inlets. Initial closure phase letdown pipes will be installed to the 55 -foot terrace. The end of the 24 -inch diameter HDPE letdown pipe will have an end cap to cover the upslope pipe end. Future extension is accomplished by fuse -welding an additional section of pipe to the next terrace. Maintenance Procedures for Segment 1, Infill and Segment 2 Letdown Structures To ensure proper performance, the stormwater letdown systems for the Segment 1/Segment 2 mound must be inspected at least on a quarterly basis and after each major stormwater event (greater than three inches). The letdowns on the northwest and southwest corner of Segment 1 are open flumes. These flumes and the uniform section mat channels which convey stormwater should be inspected for debris, possible blockage, and cracking. If debris which impedes flow is located, it should be removed promptly. If the uniform section mat is damaged, it should be grouted and repaired, or a new section should be "pieced" in. It is very important to check the uniform section mat conveyance system for undermining and erosion. Special attention should be given to the junction of terrace lateral ditches and the letdown channel, and to the terminal end of the letdown at the perimeter ditch. The Segment 2 letdown system and the infill segment letdowns use the same closed pipe design. The entrance aprons to the riser inlets should be checked regularly for 744:4 'n kt7. isi�v}a1 IT Y t F-31 undermining and erosion. The uniform section mat and riprap used as an apron to the inlets may require periodic repair. The inlet area must be kept free of debris, soil buildup, or grass clippings, which will tend to accumulate at these locations. The surface of the landfill cap should be inspected at least on a quarterly basis to ensure that the pipes remain covered with at least two feet of soil, and that the pipes have not shifted. It is very important to pipe integrity that the pipe bedding soils remain intact. A perimeter ditch terminal structure is located at the bottom of each letdown (except the infill segment letdown pipes). These structures should be inspected on a monthly basis in conjunction with normal landfill maintenance. The outfall structure apron should be inspected for undermining and erosion. The FDOT energy dissipation structure has a sump behind the baffle which should be inspected and cleaned as needed. Due to the large velocities of the stormwater, only large rock or debris should settle in the sump. The existing stormwater management system needs to be maintained to assure efficient renewal of runoff from solid waste deposition and operation/activity areas. Best management practices (BMPs) and maintenance procedures are described below. $tormwater Best Management Practices The basis for any stormwater O&M plan is the implementation of accepted and proven BMPs. BMPs are defined as a schedule of activities, prohibition of practices, maintenance procedures, and other management practices to prevent the pollution of surface and groundwater. BMPs also include treatment requirements, operating procedures, and procedures to prevent site runoff, spillage or leaks, waste or sludge F-32 F • • disposal to water, or drainage from raw material storage. Consistent use of BMPswill the insure efficient conveyance and treatment of stormwater runoff in the system, an absolute minimal release of pollutants to receiving waters. general types of BMPs; source control practices and treatment control These are two g practices. Typical source control practices include, but are not limited to: • Roadway and drainage facilityofromf maintenance; industrial type activity areas and solid • Diversion of stormwater run waste deposition areas; • Use of water quality methods (hay bales, filter debris, berms, stone filters in active "construction" areas) to prevent the introduction of pollutants to stormwater system; Ade uate employee training to insure operating procedures which minimize the • q potential for surface water or groundwater contamination; andhoduction into the • Containment and cleanup of blowing solid waste to prev ent stormwater management systems. Precipitation in the immediate vicinity of the active filling area is to be controlled in the Pre p following manner. SWDD personnel will implement procedures for diversion stormwater of from active waste disposal areas. The area adjacent to the open face odf the irec fill is to be bermed for diversion of stormwater. inversion berms ditches. Any water runoff to temporary ditches which convey runoff to perimeter falling on the inside of the diversion berm onto the working face will be collected in the leachate collection system. All specialized activity areas are covered to prevent contact with rainfall. Hay slace bberms, and silt fence are routinely used in active construction areas, and are wow F-33 il, e 1 1 1 1 1 41, e until good grass cover or other vegetation is established. The SWDD schedules "policing" of blowing solid waste on the site and on the property and roads in the vicinity of the site. Litter fences are installed adjacent to the active area to limit the amount of wind-blown solid waste outside of the working fence area. These measures prevent the introduction of solid waste into the stormwater collection/conveyance systems. The importance of good vegetative cover on slopes of the Segment 1 the infill segment, and the Segment 2 landfill to prevent erosion cannot be overemphasized. The final cover layer components installed on the sideslopes at these segments are engineered to limit the amount of infiltration and subsequent production of leachate. The sideslope vegetation also retards the overland flow velocity of stormwater runoff. The top vegetation is designed to hold the upper foot of soil (non -barrier layer soil) together, protecting the barrier layer and geonet drainage system underneath. Vegetation also transpires moisture from the drainage layer reducing subsurface saturation. The vegetation cover layer, especially on the 3:1 to 4:1 slopes of landfill cells must be maintained to encourage root development for erosion control. The slopes should be mowed as needed to encourage vigorous growth and to limit the introduction of bushes and other brush. Conveyance ditches vary in size from terrace ditches on the Segment 1 solid waste cell sideslopes (2 to 3 feet wide) to the perimeter ditches (12 to 30 feet wide) at the bottom of the landfill. Conveyance ditch maintenance is necessary to assure that local runoff is collected efficiently and routed to the perimeter ditches, internal ditches, and the stormwater pond. F-34 ice'. v. ,. Drainage ditches will be used during construction of cells and lifts. The filling of solid waste in conformance with the lift sequence and the filling plan is an ongoing construction project. Therefore, the drainage ditches near the active solid waste deposition area will require greater maintenance to insure their continued efficient operation. Ditches should be inspected at minimum intervals of one month or after a 4 - inch inch storm event. Stone, fill material, siltation, and plant growth should be periodically cleared from all ditches to remove any obstruction to flow. If erosion occurs on the sideslopes or bottom of the ditches, they should be repaired and reconstructed to their original (design) configuration. Culverts should be inspected monthly and after every rainfall event which exceeds four inches. The inspection should include a visual check for undermining of aprons and approach channels, undermining around the culvert, excessive erosion of the approach section, and sedimentation near the exit of the culvert. The stormwater management pond will require general maintenance to insure proper operation. This general maintenance will include, but not be limited to, repairing any portion of the pond which may become eroded due to extreme surface water runoff flows, keeping discharge pipes clear of sediment or obstructions, and maintaining vegetative growth on the sideslopes, where possible. Surface Water Drainage Control System The operation of a sanitary landfill requires that particular attention be paid to the handling of surface runoff during initial site preparation and interim landfill phases, as well as for the completed landfill. Water that percolates through the surface of a sanitary landfill, and comes in contact with decomposing refuse, can result in the generation of leachate. In order to reduce the amount of leachate that is generated and vireo F-35 1 1 1 1 IV 4 minimize the possibility of groundwater and surface water contamination at the landfill, water from tributary drainage areas is diverted around solid waste deposition areas. The landfill surface is to be properly graded to avoid pockets of standing water which could leach through the disposed waste, and should be adequately sloped to promote surface runoff. A network of landfill surface drainage swales/berms has been shown on the Operating Sequence Plans. These drainage swales/berms are to be constructed a minimum of one-half percent grade on intermediate or final cover, as appropriate, as soon as the designated area is brought to the grades shown. It is very important for proper surface water runoff, that future landfill sideslopes be constructed with the terraces shown on Figures 3-3 and 3-4 of the infill segment permit application. On interim working surfaces between terraces, a minimum slope of 2 percent should be used with daily cover to encourage surface runoff. Permanent letdown pipes and inlet riser will be installed as each portion of the landfill undergoes formal closure. Berms are an essential element in preventing stormwater runon from outside the landfill, and to provide the sideslopes of many of the major ditches and ponds. Berms also provide controlled storage within the stormwater pond and delineate the south, north, and west perimeter ditches. Minor berms are grassed on the top surface and sodded with Pensacola bahia grass on the sideslopes from the top of the slope to the normal design water level. The top surface of perimeter berms and other major berms are used as roads. Most sideslopes are 3:1 slopes or 4:1 slopes. The berms should be closely inspected at least quarterly to insure that no erosion, undermining, or sloughing has occurred. Any holes or breaks in the soil cement roads should be promptly repaired. F-36 : dE • 034: la1.iY Ai' yw Terraces are provided on the sideslopes of the Segment 1 and proposed for closure of the infill segment and Segment 2 to minimize the length of overland flow and reduce flow velocities. The terraces on the infill segment and Segment 2 are sloped inward toward the upper sideslopes, creating shallow ditches. The terrace ditches convey stormwater runoff to the inlet risers and down the letdown pipes. The grassed terraces must be well maintained with vigorous growing grass to retard sideslope flow and to hold the transitional edge to steeper sideslopes. The terraces should be inspected at least quarterly, or after a four -inch rainfall event and repaired as needed. Terrace mowing should be performed as needed to maintain a vigorous Pensacola bahia grass cover. Letdown Structure Inspection and Maintenance Stormwater management for the north, south, and east sideslopes closed Segment 1 is accomplished by terrace ditches on the benches located at elevation 40, 60, and 80 feet NGVD. The terrace ditches flow to two open flume letdown channels located on the northwest nd southwest corners. The top surface is drained by the closed conduit system located on the southeast corner. Eight closed conduits will be used for the closure of Segment 2. An additional two closed conduit letdown pipes will be installed, one on each of the north and south slopes of the lateral expansion area between Segment 1 and Segment 2. Section -mat -lined terrace ditches on Segment 1 flow to the open flume letdown channels. The flumes, located on the northwest and southwest corners of Segment 1 are lined with concrete filled soil mat for erosion protection. The Segment 1 flume letdown structures terminate at the bottom ditch. The bottom ditch is also lined with concrete - filled section mat and riprap for erosion protection. Cs?zS7:-ua'J k..�et t.. m{ ;: th F-37 ! L, 'tf.'.'4{•);�: �Nl��l~•fJiFi .Y TON,'�`�'.j1'F11 Inspections of the terrace ditches, and open flumes should be conducted on a quarterly basis and after a major storm event (four inches or more). Maintenance consists of the repair of erosion near the riser inlet structure and removal of sediment accumulation near the entrance area from the sideslope ditches to the flume and closed conduit letdowns. Inspections should also be conducted at the terminal end of the Segment 1 letdown pipes at the lined energy dissipation area in the bottom ditch. The bottom ditch lining should be checked for undermining, settlement, and structural integrity. Inspection should be done quarterly and after a four -inch rain event. Appropriate repairs should be implemented as needed. The energy dissipation area of the ditch should also be checked for sediment, especially if there is evidence of slope erosion, washout, or soil sloughing on the upper slopes or terraces. Maintenance of the infill segment interim and permanent stormwater management systems is discussed earlier under "Infill Segment Modifications to Existing Stormwater Systems."