HomeMy WebLinkAbout2017-104IRC LANDFILL WORK ORDER NUMBER 1
Phase 1 - Segment 3 Expansion, Segment 2 Partial Closure And Landfill Gas
System Expanshion
This Indian River County (IRC) Landfill Work Order Number 1. is entered into as ofthis' 8 day of
July 'IU1J in accordance with FS 287.055, Consultant's Competitive Negotiation Acper the Request for
Qualification #2017048 for Engineering Consulting Services for Landfill Closure, Landfill Gas System Expansion,
and Cell Construction, dated July 18, 2017 (referred to as the "Agreement"), by and between INDIAN RIVER
COUNTY, a political subdivsion ofthe State of Florida ("COUNTY") and CDM Smith Inc. ("Consultant").
The COUNTY has selected the Consultant to perform the professional services set forth on
Exhibit A (Scope of Work), attached to this Work Order and made part hereof by this reference. The
professional services will be performed by the Consultant for the fee schedule set forth in Exhibit B
(Fee Schedule), attached to this Work Order and made a part hereof by this reference. The Consultant
will perform the professional services within the timeframe more particularly set forth in Exhibit A
(Time Schedule), attached to this Work Order and made a part hereof by this reference all in
accordance with the terms and provisions set forth in the Agreement. Pursuant to Section 1 of the
Agreement, nothing contained in any Work Order shall conflict with the terms of the Agreement and
the terms of the Agreement shall be deemed to be incorporated in each individual Work Order as if
fully set forth herein.
IN WITNESS WHEREOF, the parties hereto have executed this Work Order as of the date first
written above.
CONSULTANT:
CDM Smith Inc.
By:
Print Name:�� ` ~Y -
BCC Approved Date:
Title: \11;c -g- FresiAa
By:
BOARD OF COUNTY COMMISSIONERS ~^~'
,
'n/
-~'
oseph E. Flescher,
''
July 18, 20I7
Attest: Jeffrey R. S ith, lirk of Court and „9:Aptroller
By
'
Approved:
Approved as to form and legal sufficiency:
ason
wn, County
ministrator
EXHIBIT A
WORK ORDER NO. 1
INDIAN RIVER COUNTY LANDFILL
SEGMENT 3 CELL 2 EXPANSION, SEGMENT 2 PARTIAL CLOSURE, AND
LANDFILL GAS SYSTEM EXPANSION
PHASE I - MEETINGS, DESIGN DUE DILIGENCE, SURVEY, AND GEOTECHNICAL INVESTIGATION
This Work Order, when executed, shall be incorporated in and become part of the Agreement for
Engineering Consulting Services for Indian River County Landfill between Indian River County Solid
Waste Disposal District (SWDD) and CDM Smith Inc., (CONSULTANT), dated July 2017
hereafter referred to as the CONTRACT.
BACKGROUND
The SWDD, the owner and operator of the Indian River County Landfill, has requested that
CONSULTANT prepare this Work Order to provide professional engineering services for the
proposed Class I Landfill Segment 3 Cell 2 expansion, partial closure of Segment 2, and expansion of
the landfill gas collection system (Project). The proposed new cell is Cell 2 of Segment 3
(approximately 10.6 acres in size), as shown on Drawing No. 5 of the 20 -Year Permit Drawings
dated September 2015. Segment 3 Cell 2 will be located immediately to the east of the existing
Segment 3 Cell 1. The proposed partial closure of Segment 2 (approximately 25 acres in size)
includes closure of the Segment 1/Infill vertical expansion area and the final elevations of Segment
2, which has been historically been referred to as the Segment 2C area. Expansion of the landfill gas
system within Segment 2 is proposed to be constructed concurrently with the partial closure of
Segment 2 so that the final components can be installed prior to the closure cap being constructed.
This Project will be completed in multiple phases. Phase I includes evaluation of available
information and developing sufficient information to update/revise existing permit design
drawings and complete the final design and specifications that will be used for procurement.
Subsequent phases will include preparation of the final design and bid package,
permitting/regulatory agency support, bidding assistance, and engineering services during
construction. The Scope of Services for Phase I of this Project is described below:
SCOPE OF SERVICES
CONSULTANT will undertake the design, bidding, permitting, and engineering services during
construction of the Class I Landfill Segment 3 Cell 2 expansion, Segment 2 partial closure, and
landfill gas system expansion located at the Indian River County Landfill. The design will include
the Segment 3 Cell 2 bottom liner system, leachate collection and conveyance systems, and
stormwater management facilities; Segment 2 partial closure cap liner system and stormwater
management facilities, and the Segment 2 landfill gas system expansion. This scope of services
includes work necessary to revise the existing permit drawings as necessary and to prepare final
design drawings and specifications suitable for procurement of construction services by the SWDD.
Based on recent discussions with SWDD staff and our familiarity with the landfill site, the proposed
Scope of Services in this Work Order includes the following tasks:
A-1
112046_Exh ibits.docx
TASK 1.0 - MEETINGS, DATA COLLECTION, SURVEY, AND GEOTECHNICAL INVESTIGATION
This task focuses on obtaining the necessary preliminary information to prepare detailed
engineering plans and construction specifications.
Subtask 1.1
Subtask 1.2
Meeting and Site Visit
CONSULTANT will attend a meeting with SWDD to discuss the proposed cell
expansion, partial closure, landfill gas system expansion, and associated
infrastructure and utility work. SWDD shall further define their requirements of the
project. This subtask includes a site visit by the CONSULTANT to observe pertinent
site features and conditions. CONSULTANT will prepare and distribute meeting
minutes.
Previous Design Due Diligence
CONSULTANT will collect and review available existing data and information
already obtained including as-built/record drawings, site surveys, previously
performed design calculations, analysis, drawings, permits and applications, and
reports that were prepared by SWDD's previous engineering consultant and their
subconsultants for both the cell expansion, partial closure, and landfill gas
expansion portions of the project. Upon review of available existing data,
CONSULTANT will prepare a data request letter for any additional data that is
needed and submit it to SWDD for assistance with obtaining the additional data. If
the requested additional data is not available, CONSULTANT will provide a list to
SWDD to determine the appropriate manner to obtain it, which may include an
amendment to this Work Order.
Subtask 1.3 Survey
CONSULTANT will subcontract with Masteller, Moler & Taylor, Inc. (MMT) to collect
detailed field and topographic survey information necessary to refine the existing
permit designs of the proposed Segment 3 Cell 2, the proposed partial closure and
landfill gas system expansion of Segment 2, and the associated infrastructure and
utility work. MMT will also confirm the depth of cover over the existing Segment 1
and Segment 2 closure caps at the points of tie-in, and collect the geotechnical
investigation auger boring locations. This subtask includes obtaining survey
information in the area where the proposed leachate pump station will be located.
CONSULTANT will assist MMT in the field with confirming the depth of cover over
the existing caps. This proposal does not include any field verification activities
other than those specifically defined in the task.
Subtask 1.4
Geotechnical Investigation
CONSULTANT will perform a review of the Segment 3 expansion geotechnical
reports, analyses, and data that were prepared by SWDD's previous engineering
consultant and their subconsultants. This includes checking and verifying the
previously performed settlement, bearing capacity, and global stability analyses.
This proposal assumes that there are no major issues with the previously prepared
and approved geotechnical design, and that the previous analyses will not have to be
performed again. If additional analysis is determined to be required, CONSULTANT
reserves the right to seek additional compensation.
A-2
jj2046_Exhibits.docx
Subtask 1.5
CONSULTANT will also perform an additional geotechnical site investigation for the
partial closure portion of this project consisting of hand auger borings on the
proposed Segment 2 partial closure area to confirm the thickness and type of the
existing intermediate cover material. CONSULTANT will subcontract with Keller,
Schleicher and MacWilliam (KSM) Engineering and Testing to perform an estimated
total of up to 25 auger borings. CONSULTANT will stake all the expected boring
locations in the field before KSM Engineering and Testing arrives at the site. Once
the samples have been collected and classified in the field, they will be placed in
appropriate sample containers for transport to a geotechnical laboratory. Up to 12
of the collected samples will be tested in the geotechnical laboratory and evaluated
by a professional geotechnical engineer licensed in the State of Florida to determine
the nature of the intermediate cover (e.g., particle size, plasticity, and organic
content). The proposed number of hand augers and laboratory tests are based on
the anticipated variability of the composition of the intermediate cover material.
This information will be logged on the existing topographic survey and used during
final cover and slope stability design.
This subtask also includes one SPT boring to 30 -feet below grade at the location of
the proposed Segment 3 leachate pump station, SPT sampling will be performed
continuously within the top 10 -feet, and then at 5 -feet intervals thereafter. The
boring will be field located based on the boring location plan provided by
CONSULTANT. Four grain size analyses will be performed and a boring log with
laboratory data will be provided.
Based on the results of the evaluation, an engineering design memo will be prepared
that includes the following:
• Summary of previous geotechnical investigations and available data;
• Results of the additional testing performed;
• Logs of the test holes;
• Diagram of the site/boring layout;
• Veneer slope stability analyses;
• Geocomposite drainage transmissivity analyses;
• Global slope stability analyses; and
• Settlement analyses.
Initial Coordination with the Florida Department of Environmental Protection
This subtask includes the initial coordination with FDEP to discuss the procedure to
notify them of the intent to finalize design and construct the previously permitted
cell expansion and confirm permitting or notification of the final design and
construction of the Segment 2 partial closure and landfill gas expansion.
CONSULTANT will prepare for and attend a telephone conference with SWDD and
FDEP. Results of this initial coordination will be used to define the regulatory
support/permitting assistance services that will be needed and performed under a
subsequent phase of this project. Included in this subtask are discussions of what
will be required for the Environmental Resource Permit and NPDES permit.
CONSULTANT will prepare and distribute meeting minutes after the conference call.
A-3
jj2046_Exhibits.docx
Subtask 1.6
Initial Alternative Cover Evaluation
This subtask includes an initial evaluation of an alternative geosynthetic closure
cover system for the partial closure of Segment 2, such as a closure turf type
product/technology. The evaluation will vet the potential risks of using a closure
turf type product/technology, permitting procedures, and impact on the overall
schedule if this design alternative was selected by SWDD. The evaluation will
include a comparison of the anticipated design, permitting, short and long-term
maintenance, and construction costs. CONSULTANT will prepare a Technical
Memorandum documenting the evaluation and recommendations.
TASK 2 - PROJECT QUALITY MANAGEMENT
Activities performed under this task consist of those generally administrative functions required to
maintain the project on schedule, within budget, and that the quality of the work products defined
within this scope is consistent with CONSULTANT's standards and SWDD's requirements.
CONSULTANT will meet with SWDD staff as necessary for project planning and coordination.
CONSULTANT's project manager will prepare and submit monthly invoices and attend status
reporting meetings throughout the life of the project. It is estimated that meetings will be held on
the average of once a month. Preparation of a health and safety plan, project administration, and an
internal project quality planning meeting will also be performed under this task.
CONSULTANT maintains a quality management system (QMS) on its projects. This task includes
performing a technical specialist review on the technical reports and memos prepared by the
CONSULTANT under this Work Order.
ASSUMPTIONS
• No design, permitting assistance, bidding assistance, and/or engineering services
during construction are included in this Work Order. Subsequent phases of this project
will include these services.
• SWDD will provide all available existing data, as-built/record drawings, site surveys,
previously performed design calculations, analysis, drawings, permits and applications,
and reports.
• All previously performed design calculations, analysis, drawings, and reports that were
prepared by Geosyntec Consultants or their subconsultants as part of, and/or
referenced in, the 20 -Year Renewal Permit Application and Drawings (dated September
2015), are complete, sufficient, accurate, and do not require any revisions/corrections.
If CONSULTANT determines that the previously prepared design calculations, analysis,
drawings, and reports are incomplete or require revisions/corrections, CONSULTANT
reserves the right to seek additional compensation.
• No sinkhole evaluation is included in this Work Order. It is assumed that this was
addressed during the 20 -Year Renewal Permit Application process.
• New survey will be obtained of the area where the proposed leachate pump station will
be construction. However, the existing survey along the route of the proposed 6 -inch
leachate forcemain is assumed to be sufficient. If it is determined that additional survey
is needed along this route, it will be added under the next phase/work order.
• CONSULTANT reserves the right to seek additional compensation for work performed,
as agreed to by SWDD, beyond what is described in this Work Order.
A-4
jj2046_Exhib is docx
• CONSULTANT and subcontractors shall have access to the site for field investigations,
surveying, and the geotechnical investigation.
• The initial alternative cover evaluation does not include a detailed technical analysis or
any design calculations.
PROJECT SCHEDULE
The following preliminary project schedule has been developed based on authorization for Work
Order No. 1 being received by July 18, 2017.
Milestone
Completion Date
Work Order No. 1 Authorized
July 18, 2017
Receive Notice to Proceed
July 25, 2017
Initial Meeting and Site Visit
August 4, 2017
Data Collection and Review
August 25, 2017
Initial Coordination With FDEP
August 25, 2017
Survey
September 22, 2017
Geotechnical Design Memo
October 13, 2017
*Project schedule will be dependent on field activities and receipt of laboratory results. Schedule
will be adjusted accordingly.
PAYMENT AND COMPENSATION
Compensation for this Work Order No. 1 described herein shall be made in accordance with the
Contract between SWDD and CONSULTANT on the basis of a lump sum. The Lump Sum amount for
this Work Order No. 1 is $131,820. CONSULTANT will submit monthly invoices for services
rendered in accordance with this Contract. Payments for the Scope of Services described in this
Work Order shall be made based on the percentage of work completed.
A-5
jj2046_Exhibits docx
EXHIBIT B-1
ESTIMATED LABOR HOUR REQUIREMENTS
INDIAN RIVER COUNTY LANDFILL
SEGMENT 3 EXPANSION, SEGMENT 2 PARTIAL CLOSURE, AND
LANDFILL GAS SYSTEM EXPANSION
PHASE I - MEETINGS, DATA COLLECTION, SURVEY, AND GEOTECHNICAL INVESTIGATION
B-1
Sr.
Officer
Officer
Associate
Principal
Senior
Professional
Professional 11
Professional
Sr.
Technical
Expert
Senior
Support
Services
Staff
Support
Services
Document
Control
Specialist
Hours
By Task
Task 1 - Meetings, Data Collection, Survey, and Geotechnical Investigation
Subtask 1.1 Meeting and Site Visit
4
0
4
0
6
6
6
4
0
0
2
32
Subtask 1.2 Previous Design Due Diligence
0
0
2
10
20
30
30
2
2
4
4
104
Subtask 1.3 Survey
0
0
2
4
16
4
16
0
2
6
2
52
Subtask 1.4 Geotechnical Investigation
8
2
2
24
16
120
16
2
0
0
8
198
Subtask 1.5 Initial Coordination with FDEP
0
0
4
0
4
4
4
0
0
0
2
18
Subtask 1 6 Initial Alternative Cover Evaluation
2
2
10
4
10
10
30
2
0
0
2
72
Subtotal=
14
4
24
42
72
174
102
10
4
10
20
476
Task 2- Project Quality Management
4
0
48
0
0
0
0
8
0
0
8
68
Total=
18
4
72
42
72
174
102
18
4
10
28
544
B-1
EXHIBIT B-2
BUDGET
PROJECT: Indian River County Landfill
Segment 3 Expansion, Segment 2 Partial Closure, and Landfill Gas System Expansion
Phase 1 - Meetings, Data Collection, Survey, and Geotechnical Investigation
PROJECT
DESCRIPTION: As Outlined in the Scope of Services, Attachment A
REFERENCE: Agreement between Indian River County Solid Waste Disposal District and CDM
Smith Inc.
Labor Category Hours Rate Labor
Sr. Officer 18 $240 $4,320
Officer 4 $230 $920
Associate 72 $215 $15,480
Principal 42 $210 $8,820
Senior Professional 72 $175 $12,600
Professional II 174 $140 $24,360
Professional I 102 $120 $12,240
Senior Technical Expert 18 $235 $4,230
Senior Support Services 4 $130 $520
Staff Support Services 10 $95 $950
Document Control Specialist 28 $90 $2,520
TOTAL HOURS 544
TOTAL LABOR COST $86,960
OUTSIDE PROFESSIONAL SERVICES
Survey $17,380
Geotechnical $18,150
Regulatory $3,850
OTHER DIRECT COSTS
(Prints, field supplies, field safety equipment, field vehicle, etc.)
TOTAL PROJECT AMOUNT (LUMP SUM)
B-2
$39,380
$5,480
$131,820
jj2046_Exhibits docx