HomeMy WebLinkAbout2020-105AWORK ORDER NUMBER 2
SEGMENT 3 CELLS 1 AND 2 LANDFILL GAS SYSTEM EXPANSION
DESIGN, PERMITTING, AND BIDDING SERVICES
This Indian River County (IRC) Landfill Work Order Number 2 is entered into as of this 19; day
of May . 2020, in accordance with FS 287.055, Consultant's Competitive Negotiation Act per 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 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 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: BOARD OF COUNTY MISSIONERS
DIAN RIVER OU
CDM Smith Inc.
By:
By: �•.Ssi`' �.
Su Adams, Chair Fps;
Print Name: Eric J. Grotke, P.E., BCEE
Title: Vice President BCC Approve Date: May 19,2V20
Attest: Jeffrey R. Smith, Clerk of Cq'ep,,a ,&�ller
By: `
-�,bepidty Clerk
Approved: r'�"
Jason t. Brown, County Administrator
v
Approved as to form and legal sufficiency:
an T. Reingold, County Attorney
EXHIBIT A
WORK ORDER NO. 2
INDIAN RIVER COUNTY LANDFILL
SEGMENT 3 CELLS 1 AND 2
LANDFILL GAS SYSTEM EXPANSION
DESIGN, PERMITTING, AND BIDDING SERVICES
This Work Order No. 2, when executed, shall be incorporated in and become part of the Agreement for
Consulting Services between the Indian River County Solid Waste Disposal District (SWDD) and CDM
Smith Inc., (CONSULTANT), dated July 18, 2017 hereafter referred to as the AGREEMENT.
PROJECT BACKGROUND
The SWDD, the owner of the Indian River County Landfill, has requested that CONSULTANT prepare this
Work Order to provide professional engineering services for the design, permitting, and bidding for the
proposed expansion of the landfill gas collection (LFG) system of Class I Landfill Segment 3 Cells 1 and 2.
The proposed locations of LFG header piping and vertical extraction wells after the final buildout of
Segment 3 are shown on Drawing No. 27 of the 20 -Year Permit Drawings dated March 2010. Due to
current waste elevations, only the final LFG system expansion design for Segment 3 Cell 1 will be
included in the final Contract Documents. The LFG system will be preliminarily designed and permitted
so that the SWDD can more easily expand into Segment 3 Cell 2 with horizontal gas collectors when
conditions are preferable in the future.
The Segment 3 LFG system was previously permitted under Construction/Operation Permit Nos:
0128769 -022 -SC and 0128769 -023 -SO and the construction of the LFG system shall be done in
accordance with the approved gas management system design. This permit requires notification to the
Florida Department of Environmental Protection (FDEP) before any changes to the approved design are
implemented to include the proposed horizontal gas collectors into the design and permit. Since new
gas extraction wells are being proposed in Segment 3 Cell 2 it is assumed that, at a minimum, a minor
modification to the construction/operation permit will be required by the FDEP. Since no changes to the
approved gas management system design are proposed in Segment 3 Cell 1, only a courtesy notification
will be sent to the FDEP prior to construction activities.
The Scope of Services for this project are described below:
SCOPE OF SERVICES
CONSULTANT will undertake the design, permitting, and bidding of the Class I Landfill Segment 3 Cells 1
and 2 LFG system expansion located at the Indian River County Landfill. The LFG system has already
been preliminarily designed and permitted in Segment 3. The permit drawings LFG system plan and
details will need to be enhanced to become final design drawings suitable for bidding for construction.
Also, additional horizontal collection wells will be added to the proposed design in Segment 3 Cell 2 as
part of this project. Therefore, the CONSULTANT will modify/update the existing LFG system permit
drawings previously prepared in 2010 by Geosyntec Consultants for the purpose of modifying the permit
and bidding the project for construction.
�Smith A-1 jj2756_Exhibit A
Based on recent discussions with SWDD staff and our familiarity with the landfill site and preliminary
review of the existing permit drawings, the proposed Scope of Services includes the following tasks:
TASK 1.0 - 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.
Task 1.0 includes the specific activities identified below:
Subtask 1.1- Project Update Meetings
CONSULTANT's project manager will prepare for status meetings throughout the life of the project.
It is estimated that meetings will be held on the average of once a month for four months (4 project
update meetings total).
Subtask 1.2 - Quality Technical Reviews
CONSULTANT maintains a quality management system (QMS) on all of its projects. One formal
quality technical review committee (TRC) meeting has been budgeted for and will be conducted at
the 60 percent completion stage of the project. SWDD's representatives will be invited to attend and
participate in the TRC meeting.
Deliverables:
• A Complete set of draft Contract Documents for review (electronic PDFs of the drawings and
technical specifications) at 60 percent and the 100 percent design level.
Subtask 1.3 - Final Design Review
CONSULTANT will prepare and submit a complete set of Contract Documents (drawings and
technical specifications as electronic PDFs) to SWDD for review at the 100 percent (final)
completion stage. CONSULTANT will also perform a final comprehensive design review at the
100 percent milestone to perform final quality checks and to confirm that the proposed design
meets the requirements of SWDD. CONSULTANT will prepare for and attend one meeting with
SWDD staff to review comments on the 100 percent design drawings and technical specifications.
CONSULTANT will incorporate SWDD's written comments, prepare the final Contract Documents
(Issued for Bid), and submit two hard copies and electronic PDFs of the design drawings and
technical specifications to the SWDD.
Deliverables:
■ Final Contract Documents (Issued for Bid) —two signed and sealed hard copies and electronic
PDFs.
TASK 2.0 - MEETINGS AND DATA COLLECTION
This task focuses on obtaining the necessary preliminary information to prepare detailed engineering
plans and construction specifications.
Task 2.0 includes the specific activities identified below:
C. A-2 ll2756Exhibit A.dmx
Subtask 2.1- Kickoff Meeting
CONSULTANT will organize a kickoff meeting with SWDD to discuss the proposed Segment 3 Cells 1
and 2 landfill gas system expansion. SWDD shall further define their requirements of the project.
CONSULTANT will prepare and distribute meeting minutes.
Subtask 2.2 - 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 the landfill gas system. 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 needed. 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.
Deliverables:
■ Kickoff meeting minutes.
■ Data request letter, if needed.
TASK 3.0 - FINAL DESIGN, DRAWINGS, SPECIFICATIONS, AND OPINION OF PROBABLE
CONSTRUCTION COST PREPARATION
This task consists of performing final design and developing Contract Documents (drawings and
specifications) in accordance with the design requirements set forth in Chapter 62-701, F.A.C., to
procure and construct the project.
Task 3.0 includes the specific activities identified below:
Subtask 3.1- Design Drawing Preparation
CONSULTANT will prepare detailed contract drawings for the expansion of the Segment 3 Cells 1 and 2
LFG system. Below is a preliminary list of drawings required to permit and construct this project. Note
that the Permit Drawings submitted for the permit modification will be those that require changes, or
are new, due to the proposed horizontal collectors in Segment 3 Cell 2. The Contract Drawings prepared
for bidding will be those related to Segment 3 Cell 1.
Permit Drawings:
Drawing No.'
Drawing Title
New Revision No.
1
Title Sheet
3
27
Conceptual Gas Management System Plan
1
31
Gas Management System Details IV
1
37
Segment 3 Cell 2 Horizontal Collector Layout
New Drawing
Note:
'Assumes that these are the only approved permit drawings that would require modification to incorporate
horizontal collectors in Segment 3 Cell 2. The drawing numbers are in reference to the currently approved 20 -year
permit package. (20 -Year Permit Drawings dated March 2010).
M.
A-3 jj2756_Eahibit A.doa
Contract Drawings (for Segment 3 Cell 1):
Sheet No.
Title
General
G-0
Cover (Including Location Map)
G-1
General Notes/Symbols/Legend/Index of Sheets
G-2
Existing Conditions/Limits of Construction/Horizontal Control Plan
Civil
C-1
Landfill Gas System Plan
C-2
Compressed Air and Condensate Force Main Plan
CD -1
Landfill Gas System Details I
CD -2
Landfill Gas System Details II
CD -3
Landfill Gas System Details III
CD -4
Landfill Gas System Details IV (if required)
Subtask 3.2 - Specifications
CONSULTANT will prepare specifications, utilizing the EJCDC/CSI format (50 -Division), which will consist
of written technical descriptions of materials, equipment, construction systems, standards and
workmanship as applied to this project. Specifications for construction will include the LFG system
components, and other applicable items. CONSULTANT will include incorporating the construction
permit conditions, if any, into the specifications prior to award of contract.
Subtask 3.3 - Front -End Documents
SWDD will supply the Front -End Documents and CONSULTANT will edit them to provide the project
specific information needed to bid the project. CONSULTANT will work with SWDD to develop owner
direct purchase language to be included in the front-end documents, if necessary.
Subtask 3.4 - Opinion of Probable Construction Cost (OPCC)
CONSULTANT will prepare an OPCC at the 100 percent completion stage and submit the estimate to
SWDD for review. The estimate will be based on generally accepted costs for this type of work.
Deliverables:
■ 60 and 100 percent drawings (electronic PDF and AutoCAD format, including associated x -refs)
and technical specifications (electronic PDF).
■ Final Contract Documents Package (two signed and sealed hard copies and electronic PDFs of the
drawings and technical specifications).
■ Opinion of probable construction cost at 100 percent design (electronic PDF).
TASK 4.0 - PERMITTING ASSISTANCE
CONSULTANT will prepare and submit a minor modification to Construction/Operation Permit Nos:
0128769 -022 -SC and 0128769 -023 -SO to include the proposed Segment 3 Cell 2 horizontal gas collectors
into the design and permit.
Activities performed under this task consist of those functions required to prepare the application for a
CDM
Smith A-4 jj2756 Exhibit A.doa
minor modification to the Construction/Operation Permit (Permit Nos: 0128769 -022 -SC and 0128769-
023 -SO), participate in a pre -application meeting with FDEP, and respond to one of FDEP's requests for
additional information (RAI). Also included are preparation of the notifications required by the
operations permit.
Task 4.0 includes the specific activities identified below:
Subtask 4.1- Pre -Application Meeting
CONSULTANT will attend one pre -application meeting with FDEP staff via a teleconference. The purpose
of the meeting will be to communicate with FDEP regarding the proposed contents of the permit
application submittal package.
Subtask 4.2 - Permit Application
CONSULTANT will prepare and submit to FDEP the application for a minor modification to the
Construction/Operation Permit required by Chapter 62-701.320, F.A.0 to include the horizontal gas
collectors in Segment 3 Cell 2 into the design and permit.
Subtask 4.3 - RAls
CONSULTANT will respond to one RAI from FDEP.
Subtask 4.4 - Construction Notification
CONSULTANT will prepare and submit a courtesy notification to the FDEP prior to construction of
the landfill gas system expansion in Segment 3 Cell 1.
Deliverables:
■ Segment 3 Cell 2 LFG Gas system permit modification application
■ Design drawings to support permit modification.
TASK 5.0 - BIDDING ASSISTANCE
In this task, CONSULTANT will assist SWDD in obtaining bids for the construction of the project, assist
SWDD in evaluating the bids and in assembling and awarding the contract, and will arrange and preside
over a pre-bid conference.
Task 5.0 includes the specific activities identified below:
Subtask 5.1 -
CONSULTANT will provide a Contract Documents Package in electronic PDF format suitable for
distribution to bidders, coordinate the advertisement of the bid, respond to communications from
Contractors, attend a pre-bid conference, and assist with the issuance of up to two addenda. SWDD
will advertise for bids and distribute documents to the plan holders.
Subtask 5.2 -
CONSULTANT will attend one bid opening, evaluate bids, and recommend a bidder for award of contract
to SWDD. The bidding phase of the project terminates when an assumed Notice of Award is issued to a
Contractor.
TASK 6.0 - ADDITIONAL ENGINEERING SERVICES
smith A-5 J12756_Exhibit A.docx
At the request of the SWDD, CONSULTANT will perform additional engineering services for work
expressly excluded from this Work Order as noted in the Assumptions above or requested by the SWDD
during the project.
Additional Engineering Service may include, but not be limited to, preparation of additional design
modifications, assistance in preparing documents not expressly included in the above tasks,
environmental assessments, additional permitting, or any other extended/additional engineering
services. A not -to -exceed amount of $20,000 is established for services related to this task.
ASSUMPTIONS
1. SWDD will be responsible for all permit application fees.
2. The FDEP Class I Landfill construction/operation permit will only require a minor modification to
include the horizontal gas collectors for Segment 3 Cell 2.
3. Since no changes to the approved gas management system design are proposed in Segment 3 Cell 1,
only a courtesy notification will be sent to the FDEP prior to construction activities.
4. The LFG system expansion will not require a modification to the facility Title V Air Operation Permit.
5. CONSULTANT has based this proposal upon utilization of previously permitted design documents. In
the event that the CONSULTANT is unable to utilize these documents, CONSULTANT reserves the
right to request additional compensation in order to obtain and or complete the required scope of
services.
6. Unless otherwise stated in the tasks, 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 March 2010
and 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.
7. This Work Order does not include engineering services during construction.
8. CONSULTANT reserves the right to seek additional compensation for work performed, as agreed to
by SWDD, beyond what is described in this Work Order.
9. SWDD will provide the survey files, including CADD and 3-D surface. It is assumed that these existing
survey files will be sufficient. If it is determined that additional survey is needed during the design,
CONSULTANT reserves the right to seek additional compensation.
10. If requested, SWDD will provide all available existing data, as-built/record drawings, site surveys,
previously performed design calculations, analysis, drawings, permits and applications, and reports.
11. SWDD will be responsible for providing information related to which vertical extraction wells will
receive pumps in the Segment 3 Cell 1 design.
PROJECT SCHEDULE
It is anticipated that the Project will take approximately 6 months to complete, starting within two
weeks of receipt of a formal notice to proceed (NTP). The estimated schedule by task is shown in Table
1. CONSULTANT will prepare an updated detailed schedule within the first thirty (30) calendar days after
NTP.
smLh A-6 112756Exhibit A.docx
The following project schedule has been developed based on the NTP:
Table I
Design/Permitting/Bidding*
Schedule
(Calendar Days From NTP)
Begin Design
14 days
60 -Percent Design Submittal to SWDD
44 days
TRC Meeting
51 days
100% Design Submittal to SWDD
81 days
100% Design Review
88 days
Final Design (Issued for Bid) Submittal to SWDD
102 days
Submit Construction/Operation Permit Modification
Application
58 days
Receive Updated Construction/Operation Permit
118 days
Advertise for Bids
133 days
Receive Bids
163 days
Award Contract
193 days
Note:
'Project schedule will be dependent on permitting and procurement activities.
Schedule will be adjusted accordingly.
PAYMENT AND COMPENSATION
Compensation for Work Order No. 2 described herein shall be made in accordance with the Contract
between SWDD and CONSULTANT. The lump sum amount of this Work Order for Tasks 1 through 5 is
$179,810; the not to exceed amount for Task 6 is $20,000; the total not to exceed contract amount is
$199,810. CONSULTANT will submit monthly invoices for services rendered based on the percentage of
work for each task completed for Tasks 1 through 5. Task 6 will be invoiced based on a percentage of
work complete as authorized by SWDD.
For invoice purposes only, the value of each task in this Work Order No. 2 is as shown in the Table 2.
Tnhla 7
IM th A-7 112756 -Exhibit kdo
TASK VALUE FOR INVOICE PURPOSE — WORK ORDER NO. 2
TASK
DESCRIPTION
VALUE
1.0
Project Quality Management
$26,990.00
2.0
Meetings and Data Collection
$13,935.00
3.0
Final Design, Drawings, Specifications, and Opinion of Probable
Construction Cost Preparation
$96,180.00
4.0
Permitting Assistance
$24,375.00
5.0
Bidding Assistance
$18,330.00
Total Work Order LUMP SUM AMOUNT
$179,810.00
6.0
Additional Engineering Services — Not to Exceed
$20,000.00
TOTAL WORK ORDER NO. 2 NOT TO EXCEED AMOUNT 1
$199,810.00
IM th A-7 112756 -Exhibit kdo
V1
W
u
5
W
V1
Z
Lm
m
a
Z
a
z
FT..
Cr_
G
W
a
Z
N2
W
0
p H
d O
E bcy ay
V 6
N
m
o
n
m
ry
,ay
v
O
o
O
Y � C
C, x
o
0
ory
m
o
y
N N VI O
PL
a y
N
m
ry
m
N
ry
pN
c
W %
pp
N {Y
O1
a
.21
R
6
a
ry
d
A
�y
Q
ry
m
ry
N
a{
1mr1
d
H¢
O
V
O
N
m
ti
O
C
n
O
c 0
m �
c m
o w
a`
w
c
°
E Vd
nag
2
d
� °
�
o
m
m
s
GC t
=�
d
=
r
A
w=
CA
m ;
d
C
d
C
gob
w
c_
d
O
d
C d
W
«
V
a`
O
N
Y
A
r
O
N
Y
A
r
ii o
O
m
Y
A
r
a
I
o
O
A
r
m
0
N
N
r
0
l0
A
r
EXHIBIT B-2
1:1111114M
PROJECT: INDIAN RIVER COUNTY LANDFILL
SEGMENT 3 CELLS 1 AND 2 LANDFILL GAS SYSTEM EXPANSION
DESIGN, PERMITTING, AND BIDDING SERVICES
DESCRIPTION: As Outlined in the Scope of Services, Exhibit A.
REFERENCE: Agreement between Indian River County Solid Waste Disposal District and CDM
Smith Inc.
Labor Category
Hours
Rate
Labor
Sr. Officer
19
$240
$4,560
Associate
33
$215
$7,095
Principal
112
$210
$23,520
Senior Professional
344
$175
$60,200
Professional 1
139
$120
$16,680
Sr. Technical Expert
116
$235
$27,260
Senior Support Services
104
$130
$13,520
Staff Support Services (Drafting)
128
$95
$12,160
Document Control Specialist
81
$90
$7,290
TOTAL HOURS
TOTAL LABOR COST
1,076
OTHER DIRECT COSTS
(Field vehicle, field supplies, field safety equipment, etc.)
TOTAL LUMP SUM AMOUNT FOR WORK ORDER NO. 2
NOT TO EXCEED AMOUNT FOR TASK 6
TOTAL AMOUNT FOR WORK ORDER NO.2
$172,285
L 525
$179,810
$20,000
199.810
Cm--ith B-2 jj2756_Exhibit 8-2.do