HomeMy WebLinkAbout2018-106CCNA2018 WORK ODDER NO. 1
2018 INDIAN RI`7ER COUNTY LANDFILL WATER QUALITY TECHNICAL REPORT
This Work Order Number 1 is entered into as of this -Ij- day of June, 2018, pursuant to that certain
Continuing Consulting Engineering Services Agreement for Professional Services entered into as of this 17th
day of April, 2018 (collectively referred to as the "Agreement"), by and between INDIAN RIVER
COUNTY, a political subdivision of the State of Florida ("COUNTY") and
("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.
CONSULTANT:
By:
Print Name:
Title:
/-. 4
6.zv���
1-f
Eric . Grotke, P.E.
Vice President
BOARD OF COUNTY COMMISSIONS 19SIOr/F`•.,,,
OF INDIAN RIVER COUNTY
By
Bob Solari, Vice Chairman`-
: 't • �;.
BCC Approved Date: June 5, 2018
Attest: Jeffrey R. Sn
By:
epyr
Approved:
Jason
Approved as to form and legal sufficiency:
of
County Administrator
. Reingold, County Attorney
EXHIBIT A
AUTHORIZATION FOR PROFESSIONAL SERVICES
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEERING SERVICES FOR
2018 WATER QUALITY TECHNICAL REPORT
CCNA-2018 WO NO. 1
This Authorization, when executed, shall be 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 April 17, 2018, hereafter
referred to as the Contract.
BACKGROUND
Water Quality Technical Reports
Technical Reports of groundwater quality at the COUNTY Class I and Construction and Demolition
(C&D) Landfills must be submitted to the Florida Department of Environmental Protection (FDEP)
in accordance with Chapter 62-701.510, Florida Administrative Code (F.A.C.) and the Water Quality
Monitoring Plans (WQMPs) of operations Permit Nos. 0128769 -023 -SO (Class I) and 0128769 -025 -
SO -024 (C&D). By rule, the Technical Reports are due every two and one-half years and cover water
quality data collected for the previous five routine water quality monitoring events. The WQMPs
state that the Technical Report that will be prepared under this Authorization will include five
monitoring events performed from January 2016 through January 2018 in accordance with the
current rule. However, because the last Technical Report prepared in May 2015 was prepared
under the previous rule that required a Technical Report after four monitoring events and
permitting for the Class I Landfill was in progress, the July 2015 monitoring event was not included.
As discussed with FDEP during the permitting process, this Technical Report will include the July
2015 monitoring event.
SCOPE OF SERVICES
CONSULTANT will undertake the preparation of the Water Quality Technical Report based on the
requirements of Chapter 62-701.510(8) (b), F.A.C. and the monitoring and reporting requirements
as of the authorization date of this Work Order. An amendment to this Scope of Services may be
needed if there are any regulatory changes that result in additional work.
TASK 1.0 - WATER QUALITY TECHNICAL REPORT
CONSULTANT will prepare and submit a technical report in accordance with the WQMPs and
Chapter 62-701.510(8)(b), F.A.C. The report will be based on laboratory data received from the
COUNTY for the July 2015, January 2016, July 2016, January 2017, July 2017, and January 2018
semi-annual monitoring events. The report will include:
1. Tabular displays of any data which shows that a monitoring parameter has been
detected, and graphical displays of any leachate key indicator parameters detected
(such as pH, specific conductance, Total Dissolved Solids (TDS), TOC, sulfate, chloride,
sodium and iron), including hydrograph for all monitor wells;
2. Trend analyses of any monitoring parameters consistently detected;
A-1 jj02May2018 Tech Report WO No. l.doa
3. Comparisons among shallow, middle, and deep zone wells;
4. Comparisons between background water quality and the water quality in detection and
compliance wells;
Correlations between related parameters such as total dissolved solids and specific
conductance;
6. Discussion of erratic and/ or poorly correlated data;
7. An interpretation of the groundwater contour maps, including an evaluation of ground
water flow rates; and
An evaluation of the adequacy of the water quality monitoring frequency and sampling
locations based upon site conditions.
CONSULTANT will perform a technical specialist review of the draft Technical Report prior to
submittal to the FDEP.
ASSUMPTIONS
■ This Work Order and cost proposal is based the requirements of Chapter 62-701.510(8)(b),
F.A.C. and on solid waste operations Permit Nos. 0128769 -023 -SO (Class I) and 0128769 -025 -
SO -024 (C&D) and the data collected from groundwater monitor wells, and surface water
monitor sites that were monitored during the reporting period. An amendment to this Scope of
Services may be needed if there are any regulatory changes that result in additional work.
This Work Order does not include meetings with the Florida Department of Environmental
Protection.
DATA OR ASSISTANCE TO BE PROVIDED BY COUNTY
■ Prompt review of draft Technical Report
PROJECT SCHEDULE
The following project schedule has been developed based on receiving authorization on before May
22, 2018.
• Draft Technical Report Submittal - July 15, 2018
• Final Technical Report Submittal -July 31, 2018
PAYMENT AND COMPENSATION
Compensation for the Scope of Services described herein shall be made on the basis of a lump sum
fee. The lump sum fee for this Work Order is $31,660 as shown in Exhibits B. CONSULTANT will
invoice the COUNTY on a monthly basis based on the percentage of work complete.
A-2 1j02May2018 Tech Report WO No. l.doa
u 1 -
EXHIBIT B
PROJECT BUDGET
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEERING SERVICES FOR
2018 WATER QUALITY TECHNICAL REPORT
CCNA-2018 WO NO. 1
PROJECT: 2018 Water Quality Technical Report
DESCRIPTION: Task 1.0 — Water Quality Technical Report
CONTRACT
REFERENCE: Agreement between the Indian River County Board of County
Commissioners and CDM Smith Inc.
Labor Category
Hours
Rate
Total
Officer
4
$230
$920
Associate
12
$215
$2,580
Principal
8
$210
$1,680
Senior Professional
32
$175
$5,600
Professional II
50
$140
$7,000
Senior Support Services
8
$130
$1,040
Staff Support Services
12
$95
$1,140
Document Control Specialist
20
$90
$1,800
Total Hours
146
Total Salary Cost
$21,760
Outside Professionals (Beeson Consulting)
$8,000
Other Direct Costs
$1,900
TOTAL LUMP SUM FEE
31660
For the basic services under this Agreement, COUNTY agrees to pay the Consultant a lump sum fee
31660. CONSULTANT will submit monthly invoices based on the percent complete for the work
performed.
BUMay2018 Tech Report WO No. l.dou