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