Loading...
HomeMy WebLinkAbout2017-127WORK ORDER NUMBER CCNA2014WO11 Evaluation Monitoring for the C&D Debris Landfill in 2017 This Work Order Number 11 is entered into as of this 15 day of Auq�7, pursuant to that certain Continuing Contract Agreement for Professional Services, dated December 6, 2011, and that certain Extension and Amendment of Continuing Contract Agreement for Professional Services entered into as of this 4th day of November, 2014 (collectively referred to as the "Agreement"), by and between INDIAN RIVER COUNTY, a political subdivision of the State of Florida ("COUNTY") and CDM Smith, Inc. ("Consultant"). The COUNTY has selected the Consultant to perform the professional services set forth on Exhibit A (Scope of Work), attached to this Work Order and made part hereof by this reference. The professional services will be performed by the Consultant for the fee schedule set forth in Exhibit B (Fee Schedule), attached to this Work Order and made a part hereof by this reference. The Consultant will perform the professional services within the timeframe more particularly set forth in Exhibit C (Time Schedule), attached to this Work Order and made a part hereof by this reference all in accordance with the terms and provisions set forth in the Agreement. Pursuant to paragraph 1.4 of the Agreement, nothing contained in any Work Order shall conflict with the terms of the Agreement and the terms of the Agreement shall be deemed to be incorporated in each individual Work Order as if fully set forth herein. IN WITNESS WHEREOF, the parties hereto have executed this Work Order as of the date first written above. ..?��jv C0,11,y� BOARD OF COUNTY COMMISSIONjf • OF INDIAN RIVER COUNTY By: By: ' 4 i�/ ▪ JLvA o�0`r. Joseph E. escher, Chairman... N!;;: •"'•• CONSULTANT: CDM Smith, Inc. Title: • Principal Environmental Engineer BCC Approved ate: August 15 , 2017 Attest: Jeffrey R. Smith, Clerk Court and Comptroller d By: Approved: Approved as to form and legal sufficiency: mict, eputy Clerk Jason County Administrator lan T. Reingold, County Attorney EXHIBIT A AUTHORIZATION FOR PROFESSIONAL SERVICES INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT ENGINEERING SERVICES FOR EVALUATION MONITORING FOR THE C&D DEBRIS LANDFILL 1N 2017 CCNA-2014 WO NO. 11 This Authorization, when executed, shall he incorporated in and become part of the Continuing Contract Agreement for Professional Services between the Indian River County Solid Waste Disposal District (COUNTY), and CDM Smith Inc. (CONSULTANT), dated December 6, 2011, and the Extension and Amendment of Continuing Contract Agreement for Professional Services, dated November 4, 2014, hereafter referred to as the Contract. BACKGROUND Evaluation Monitoring Results of routine semi-annual monitoring of groundwater quality at the C&D Debris Landfill in January 2017 indicated that confirmed concentrations of benzene and sodium exceeded the Primary Drinking Water Standard Maximum Contaminant Levels (MCLs) in samples collected from monitor well MW -21. MW -21 is one of the 10 detection monitor wells that comprise the monitoring network for the C&D Debris Landfill. In accordance with Florida Department of Environmental Protection (FDEP) rules and the permit for the facility, the COUNTY reported the exceedances of the MCLs to the FDEP in March 2017. In a letter dated June 22, 2017, FDEP requested that the COUNTY initiate evaluation monitoring in accordance with the requirements of Chapter 62-701.510(6), Florida Administrative Code (F.A.C.). Compliance with the evaluation monitoring requirements include installation of additional monitor wells and implementation of a quarterly monitoring program for the new wells and affected existing wells. Installation of up to two additional monitor wells, quarterly sampling of at least two monitor wells, and preparation of two reports will be performed in 2017 to meet FDEP requirements. SCOPE OF SERVICES CONSULTANT will undertake the annual permit compliance monitoring and reporting, which will include the following tasks: Task 1: Project Quality Management Task 2: Well Installation Task 3: Groundwater Sampling (Quarterly Monitoring) Task 4: Reporting TASK 1.0 - PROJECT QUALITY MANAGEMENT Activities perforrned under this task consist of those generally administrative functions required to assure that the project remains on schedule, within budget, and that the quality of the work products defined within this scope is consistent with CONSULTANT's standards and the COUNTY's expectations. A-1 jj2045.docx CONSULTANT will meet with COUNTY staff as necessary for project planning and coordination. Preparation of subcontractor agreements, invoices, and project administration will also be performed under this task. Included in this task are preparation of a health and safety plan, initial telephone conference with COUNTY and FDEP, and submittal of notifications to FDEP of field activities. TASK 2.0 -WELL INSTALLATION CONSULTANT using a subcontracted licensed well driller, will install up to two shallow monitor wells to the east of well MW -21 near the eastern boundary of the facility. The wells will be up to 25 - feet deep and constructed of PVC casing with 10 -feet of screen. Surface completions will include a concrete pad (2 -feet X 2 -inches X 6 -inches) and protective aluminum casings. Drill cuttings and development water will be contained and disposed of at the facility. Locations and measuring point elevations will be surveyed by a licensed surveyor. Well installation will be overseen and documented by an engineer or geologist. Well installation is tentatively scheduled for the week of July 17, 2017. TASK 3.0 - GROUNDWATER SAMPLING (QUARTERLY MONITORING) CONSULTANT, using Ideal Tech Services, Inc. (ITS) as a subcontractor, will perform the initial sampling of up to two new wells and MW -21 and one quarterly sampling event in October 2017 for up to two new wells an MW -21. Initial sampling will be performed concurrently with the routine groundwater monitoring scheduled for late July 2017. CONSULTANT /ITS will coordinate with and deliver samples to COUNTY'S contract analytical laboratory. ENCO will perform the laboratory analysis under COUNTY'S contract. TASK 4.0 - REPORTING CONSULTANT will prepare an initial Evaluation Monitoring Report that will include information regarding the installation of the new well or wells and results of the initial sampling event. An Evaluation Monitoring Report for the second quarterly monitoring event is also included in this task. Draft reports will be submitted to the COUNTY for review and comment. The reports will be finalized and submitted to FDEP after resolution of COUNTY comments. The reports will be letter reports. ASSUMPTIONS ■ The below Scope of Services is based on regulations and monitoring and reporting requirements as of the authorization date of this Work Order. An amendment to this Work Order may be needed if there are any regulatory changes that result in additional work. ■ The new groundwater monitor wells are installed prior to the July 2017 routine monitoring event for the facility. ■ Initial sampling will be performed concurrently with the routine groundwater monitoring scheduled for late July 2017. ■ Laboratory analysis is not included in this Work Order. A-2 p204S doer DATA OR ASSISTANCE TO BE PROVIDED BY COUNTY ■ Access to new well sites and MW -21. ■ COUNTY to provide protective bollards (if desired) and identification signs after installation. PAYMENT AND COMPENSATION Compensation for the Scope of Services described herein shall be made on the basis of a lump sum fee. The annual lump sum fee for Tasks 1 through 4, inclusive, is $34,295 as shown in Exhibit B. CONSULTANT will invoice the COUNTY on a monthly basis based on percent complete of each task. For invoice purposes only, the value of each task is as shown in the Table 1. Table 1 TASK VALUE FOR INVOICE PURPOSE TASK DESCRIPTION VALUE 1 Project Quality Management $9,450 2 Well Installation $8,245 3 Groundwater Sampling (Quarterly Monitoring) $4,450 4 Reporting $12,150 TOTAL WORK ORDER NO. 11 - LUMP SUM $34,295 A-3 112045.docx EXHIBIT B PROJECT BUDGET INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT ENGINEERING SERVICES FOR EVALUATION MONITORING FOR THE C&D DEBRIS LANDFILL IN 2017 CCNA-2014 WO NO. 11 PROJECT: Evaluation Monitoring for the C&D Debris Landfill in 2017 CONTRACT REFERENCE: Agreement between the Indian River County Board of County Commissioners and CDM Smith Inc. Labor Category Hours Rate Total Senior Officer 6 $220 $1,320 Associate 24 $200 $4,800 Senior Professional 30 $165 $4,950 Professional 11 62 $130 $8,060 Professional 1 36 $110 $3,960 Staff Support 4 $85 $340 Project Administration 20 $85 $1,700 Total Hours 182 Total Salary Cost $25,130 Other Direct Costs $1,850 Outside Professional Services (Drilling, Surveying, Sampling, etc.] $7.315 TOTAL LUMP SUM FEE $34,295 For the basic services under this Agreement, COUNTY agrees to pay the Consultant a lump sum fee $34.295. CONSULTANT will submit monthly invoices based on the percent complete for the work performed. B-1 112045.docx EXHIBIT C PROJECT SCHEDULE INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT ENGINEERING SERVICES FOR EVALUATION MONITORING FOR THE C&D DEBRIS LANDFILL IN 2017 CCNA-2014 WO NO. 11 The following project schedule has been developed based on receiving authorization on or before July 14, 2017. Task Task 1: Task 2: Task 3: Task 4: Completion Date January 31, 2018 July 25, 2017 First Quarterly Monitoring Event Second Quarterly Monitoring Event First Quarterly Report Second Quarterly Report C-1 July 28, 2017 October 28, 2017 September 28, 2017 December 28, 2017 112045.docx