HomeMy WebLinkAbout2019-011WORK ORDER NUMBER CCNA2018WO2
Contamination Evaluation Plan Implementation
This Work Order Number 2 is entered into as of this 15 day of .Tanuary, 2019, pursuant to that certain
Continuing Contract 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 CDM Smith Inc., (CDM Smith) ("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:
CDM Smith Inc.
By:
Title:
Przs;z1. e,
By:
BOARD OF COUNTY COMMISSIONERS7'6piu.rury,,�,
OF INDIAN RIVER COUNTY
o�
�� a
Bob Solari, Chairnit. ?/
BCC Approved Date: January 15 , 2019
Attest: Jeffrey R. Smith, Clerk of Court . nd Comptroller
By:
Approved:
Approved as to form and legal sufficiency:
Deputy Clerk
Jaso E. B own, County Administrator
Dy an T. Reingold, County Attorney
EXHIBIT A
AUTHORIZATION FOR PROFESSIONAL SERVICES
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEERING SERVICES FOR
C&D DEBRIS DISPOSAL FACILITY
CONTAMINATION EVALUATION PLAN IMPLEMENTATION
CCNA-2018 WO NO. 2
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.
PROJECT BACKGROUND
In reviewing the August 29, 2017, Evaluation Monitoring Report for the Indian River County
Construction and Demolition (C&D) Debris Disposal Facility, the Florida Department of
Environmental Protection (FDEP) requested a Contamination Evaluation Plan (CEP). CONSULTANT
prepared this plan on behalf of the COUNTY and submitted it to FDEP on June 18, 2018. FDEP
accepted the CEP on November 1, 2018 with the additional requirement of sediment sampling
along the Lateral C Canal. This Work Order is for the implementation of the CEP.
SCOPE OF WORK
CONSULTANT will coordinate with the COUNTY in order to provide timely execution of each
portion of this project. The Scope of Work is as detailed below.
TASK 1.0 - CEP IMPLEMENTATION
Subtask 1.1- Coordination, Permitting, Well Installation, Survey, Sampling, and In -Situ
Permeability Tests
CONSULTANT will assist COUNTY with all sampling preparation activities, including scheduling,
staffing, subcontracting, and field equipment preparation. CONSULTANT will coordinate with
COUNTY staff and all subcontractors performing the work. CONSULTANT will also make the
necessary notifications to FDEP.
Installation of three of the new monitoring wells will be in the 74th Avenue right-of-way (ROW).
CONSULTANT will prepare and submit the permit application for the ROW permit to the Indian
River County Land Development Department. CONSULTANT will include Figure 2 from the CEP to
show the approximate locations of the new wells. The applicant for the permit will be IRC SWDD.
COUNTY will issue payment for the permit fees.
CONSULTANT will contract with JAEE Environmental Services, Inc. (JAEE) to install three new
shallow downgradient monitor wells (MW -50S, MW -51S, and MW -52S) and three new shallow
upgradient monitor wells (MW -33S, MW -35S, and MW -40S). Prior to the installation, CONSULTANT
will locate and mark the proposed well locations before JAEE mobilizes. CONSULTANT will provide
full-time oversight during the installation. The installation is estimated to take two days.
CDM
Smith A-1 jj2388_WO No. 2.docx
CONSULTANT will prepare well installation logs. CONSULTANT will perform in-situ permeability
testing on three of the new monitor wells in accordance with Section 2.2.4 of the CEP.
After installation of the wells, CONSUTLANT will contract with Masteller, Moler, and Taylor, Inc.
(MMT) to survey the well locations including horizontal locations and vertical elevation of the top
of casing. CONSULTANT/MMT will provide a signed/sealed letter with the survey data.
CONSULTANT will contract with Ideal Tech Services Inc. (ITS) to perform groundwater sampling
and measurements of water levels. The sampling and measurements of water levels are
summarized below along with the analysis required:
• Existing MW -21S and MW -49S sampled and analyzed for parameters listed in Table 2 of CEP.
• New wells MW -50S, MW -51S, MW -52S, MW -33S, MW -35S, and MW -40S sampled and analyzed
for analytes listed in Table 2 of CEP.
• Remaining shallow detection wells for the C&D Debris Disposal Facility (MW -17S, MW -18S,
MW -19S, and MW -20S) will be sampled and analyzed for naphthalene.
• Surface water samples from 3 locations in the Lateral C Canal and analyzed for parameters
listed in Table 2 of CEP.
• Sediment samples from 3 locations along the Lateral C Canal and analyzed for parameters listed
in Table 2 of CEP, as possible based on available analytical methods.
• Water level measurements from 10 detection wells, the six new wells, and MW -49S.
CONSULTANT/ITS will deliver the samples to the COUNTY contract laboratory (ENCO) Orlando
office for analysis.
Subtask 1.2 - Analysis and Data Review
Unless otherwise determined by the COUNTY, ENCO will perform the laboratory analysis under the
COUNTY's contract. CONSULTANT will assist the COUNTY in coordinating the analytical testing
activities with ENCO. CONSULTANT will notify FDEP prior to sampling. After receipt of laboratory
results, CONSULTANT will review and evaluate the analytical test results. CONSULTANT will
coordinate with ENCO on any corrections to the analytical test reports.
Subtask 1.3 - Contamination Evaluation Report
In accordance with the CEP and after receipt of all analytical results, CONSULTANT will prepare a
Contamination Evaluation Report that includes:
• Background information including results of previous investigations and monitoring.
• A description of work performed including well installation, well logs, sampling locations, and
sampling methods.
• Summary tables of well construction details, groundwater analytical results (including historical
data), water -level data, surface water quality data, in-situ permeability results and hydraulic
conductivity determinations, well inventory, and survey results.
IN A map or maps showing the location of groundwater wells, groundwater contour maps including
the rate and direction of groundwater movement, applicable groundwater iso -concentration
maps, and surface water sampling locations with results.
Smith
A-2
jj2388_WO No. 2.docx
• Evaluation of surface water quality data with respect to numerical criteria established by the
FDEP in Chapter 62-302, F.A.C. and potential impacts to the Lateral C Canal and Indian River
Lagoon.
• Conclusions and recommendations based on results of the Contamination Evaluation
investigations and regulatory requirements for corrective actions as required under Chapter 62-
701.510 (7)(c), F.A.C. as appropriate.
• CONSULTANT will provide the final report in portable document file (PDF) format and analytical
data in ADaPT format for submittal to FDEP in accordance with the CEP.
A draft report will be provided for the COUNTY to review. CONSULTANT will submit the report to
FDEP within 12 weeks of initiation of field investigations.
TASK 2.0 - PROJECT QUALITY MANAGEMENT
Activities performed under this task consist of those general 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.
CONSULTANT maintains a Quality Management System (QMS) on all projects. The CONSULTANT
will comply with its QMS, which includes independent review of deliverables, monthly project
status reviews, and project close-out activities. CONSULTANT will meet with COUNTY staff for
project planning and coordination, as needed. CONSULTANT's project manager will attend status
reporting meetings as needed throughout the life of the project. Preparation of invoices and project
administration will also be performed under this task.
DELIVERABLES
Draft Contamination Evaluation Report - Electronic PDF copy
Final Contamination Evaluation Report -1 hard copy and electronic PDF copy
ASSUMPTIONS
• COUNTY will provide review comments within 2 weeks of receipt of draft Contamination
Evaluation Report.
• Laboratory analysis is not included in this Work Order.
• Laboratory analytical report will be received within 4 weeks of receipt of samples.
• No additional drawings will be prepared for the ROW permit.
• COUNTY will pay all permit fees.
DATA OR ASSISTANCE TO BE PROVIDED BY COUNTY
• Laboratory analytical reports and direct access to laboratory personnel.
• COUNTY contract laboratory will provide copies of analytical reports in electronic format
(ADaPT) and in PDF format.
• Access and clearance of vegetation to sampling/monitoring sites.
• Maintenance of existing wells.
• Payment of all permit fees.
Smith
A-3
jj2388_WO No. 2.docx
PAYMENT AND COMPENSATION
Compensation for the Work Order described herein shall be made on the basis of a lump sum fee.
The lump sum fee for Tasks 1.0 through 2.0 is $47,175 as shown in Exhibit B. CONSULTANT will
invoice the COUNTY on a monthly basis based on percent complete.
Smith
A-4
jj2388_WO No. 2.docx
EXHIBIT B
PROJECT BUDGET
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEERING SERVICES FOR
C&D DEBRIS DISPOSAL FACILITY
CONTAMINATION EVALUATION PLAN IMPLEMENTATION
CCNA-2018 WO NO. 2
PROJECT: C&D Debris Disposal Facility - Contamination Evaluation Plan Implementation
DESCRIPTION: Task 1.0 - CEP Implementation
Task 2.0 - Project Quality Management
CONTRACT
REFERENCE: Agreement between the Indian River County Board of County Commissioners
and CDM Smith Inc.
Labor Category Hours Rate Total
Senior Officer 3 $240 $720
Sr Tech Expert 7 $235 $1,645
Associate 5 $215 $1,075
Senior Professional 30 $175 $5,250
Professional II 64 $140 $8,960
Professional I 56 $120 $6,720
Senior Support 14 $130 $1,820
Project Administration 14 $90 $1.260
Total Hours 193
Total Salary Cost $27,450
Other Direct Costs $1,500
Outside Professionals
Ideal Tech Services, Inc. $3,600
Beeson Consulting, Inc. $5,500
Masteller, Moler & Taylor, Inc. $825
JAEE Environmental Services, Inc. $8.300
TOTAL LUMP SUM FEE $47,175
For the basic services under this Agreement, IRC SWDD agrees to pay the Consultant a lump sum
fee $47,175 CONSULTANT will submit monthly invoices based on the percent complete for the
work performed.
Smith
B-1
jj2388_WO No. 2.docx
EXHIBIT C
PROJECT SCHEDULE
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEERING SERVICES FOR
C&D DEBRIS DISPOSAL FACILITY
CONTAMINATION EVALUATION PLAN IMPLEMENTATION
CCNA-2018 WO NO. 2
SCHEDULE
Task
Description
Completion Date
1.1
Coordination and Permitting
4 weeks from NTP
1.1
Well Installation and In -Situ Permeability Testing
6 weeks from NTP
1.1
Survey
7 weeks from NTP
1.1
Sampling
8 weeks from NTP
1.2
Analysis and Data Review
12 weeks from NTP
1.3
Contamination Evaluation Report
18 weeks from NTP
2.0
Project Quality Management
Throughout project duration
Smith
c-1
jj2388_WO No. 2.docx