HomeMy WebLinkAbout2021-024AMENDMENT NUMBER 1 WORK ORDER NUMBER 2
SEGMENT 3 CELL 1 LANDFILL GAS COLLECTION SYSTEM EXPANSION
ENGINEERING SERVICES DURING CONSTRUCTION
This Amendment 1 to Indian River County (IRC) Landfill Work Order Number 2 is entered into as of
this 9thday of February, 2021, 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 Collection 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. (CDM Smith) ("Consultant").
1. The COUNTY has selected the Consultant to perform the professional services set forth in
existing Work Order Number 2, Effective Date 05/19/2020.
2. The COUNTY and the Consultant desire to amend this Work Order as set forth on Exhibit A
(Scope of Work) attached to this Amendment and made part hereof bythis reference. The professional
services will be performed by the Consultant for the fee schedule set forth in Exhibit B (Fee Schedule),
and within the timeframe more particularly set forth in Exhibit A (Time Schedule), all in accordance
with the terms and provisions set forth in the Agreement.
3. From and after the Effective Date of this Amendment, the above -referenced Work Order is
amended as set forth in this Amendment. Pursuant to Section 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 cl.gp fi. t written
above. w 'oJ1rY C6,1111.
CONSULTANT: BOARD OF COUNTY CISSIR
OF INDIAN RIVER COU
CDM Smith Inc.
By: By:
Print Name: Eric J. Grotke, P.E., BCEEo ep . Flescher, Chairman'` ..•
Title: Vice President
BCC Approved Date: February 9. 2021
Attest: Jeffrey R. Smith, Clerk of Court and Comptroller
By:
puj4T1grk
Approved:. v
Jason Bro n, County ministrator
Approved as to form and legal sufficiency:
T. Reingold, County Attorney
EXHIBIT A
AMENDMENT NO. 1 TO WORK ORDER NO.2
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
SEGMENT 3 CELL 1 LANDFILL GAS COLLECTION SYSTEM EXPANSION
ENGINEERING SERVICES DURING CONSTRUCTION
This Amendment No. 1 to Work Order No. 2, when executed, shall be incorporated in and become
part of the Agreement for Consulting Services between 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 has requested that CONSULTANT prepare this Amendment No. 1 to Work Order No. 2 to
provide professional engineering services during construction for the proposed Class I Landfill
Segment 3 Cell 1 landfill gas (LFG) collection system expansion. The proposed landfill collection
system expansion is for the construction of vertical and horizontal landfill gas collection wells,
header pipes, compressed air piping, and leachate forcemains. The design and permitting was
completed and the project was advertised to bid in Indian River County Bid No. 2021006. Bid
opening was January 6, 2021.
The Scope of Services for Engineering Services During Construction, of the landfill gas expansion
system is described below:
SCOPE OF SERVICES
CONSULTANT will provide engineering services during construction to act as the OWNER's
representative during the construction of the project. Based on recent discussions with SWDD staff
and our familiarity with the landfill site design of the project, the proposed Scope of Services
includes the following tasks as a continuation of the previously approved 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, SWDD's requirements, and FDEPs
permit requirements.
Subtask 1.4 - Construction Quality Management
CONSULTANT's project manager will manage the independent review of CONSULTANT's
deliverables, monthly project status reviews, and project close-out activities. CONSULTANT will
meet with SWDD staff for project planning and coordination, as needed. CONSULTANT will perform
quality technical reviews on the construction phase CONSULTANT deliverables such as record
drawings and the Florida Department of Environmental Protection Certifications of Construction
Completion. Preparation of invoices and project administration will also be performed under this
task.
Smith A-1 ii2943_IRC LFG EXP Exhibit A
TASK 7.0 - GENERAL ENGINEERING SERVICES DURING CONSTRUCTION
These services shall include the following subtasks:
Subtask 7.1 After issuance of a Notice of Award, SWDD will develop the conformed contract with
technical specification and the CONSULTANT will develop the conformed drawings.
CONSULTANT will prepare for and attend a preconstruction meeting with the
Contractor.
Subtask 7.2 CONSULTANT will consult with and advise SWDD and act as its representative as
provided in the General Conditions of the construction contract. Consult with and
advise SWDD as to the acceptability of substitute. materials and equipment
proposed by the Contractor when substitution is permitted by the Contract
Documents.
Subtask 7.3 CONSULTANT will make up to 10 visits to the site at intervals appropriate to the
various stages of construction to observe the progress and quality of the executed
work of the Contractor and to determine in general if such work is proceeding in
accordance with the Contract Documents. During such visits and on the basis of on-
site observations, CONSULTANT shall keep SWDD informed of the progress of the
work and shall endeavor to determine in general if such work is proceeding in
accordance with the Contract Documents. Additionally, during such visits and on the
basis of such observations, CONSULTANT shall disapprove or reject Contractor's
work while it is in progress if CONSULTANT believes that such work will not
produce a completed Project that conforms generally to the Contract Documents or
that it will prejudice the integrity of the design concept of the completed Project as a
functioning whole as indicated in the Contract Documents.
Subtask 7.4 CONSULTANT will review and approve shop drawings (estimated at 15) and
samples, the results of laboratory tests and other data, which the contractor is
required to submit by the contract documents. The CONSULTANT will inspect
deliveries of the materials to confirm compliance with the shop drawings and the
project specifications.
Subtask 7.5 CONSULTANT will issue instructions to the Contractor and issue necessary
interpretations and clarifications of the Contract Documents. CONSULTANT will
respond to requests for information (estimated at 3). Act as SWDD's representative
to require special inspection or testing of the work. Act as initial interpreter of the
requirements of the Contract Documents regarding the execution and progress of
the work.
Subtask 7.6 Based on CONSULTANT's on-site observations and on review of applications for
payment and the accompanying data and schedules CONSULTANT will determine
the amounts owing to the Contractor and recommend in writing, payments to the
Contractor in such amounts.
Subtask 7.7 As construction nears substantial completion, CONSULTANT will perform an initial
walkthrough to develop a preliminary checklist of items to be performed by the
Contractor, based upon observations made jointly between the Contractor, SWDD,
and CONSULTANT. CONSULTANT will perform a second walkthrough to identify
O ar_ A-2 jj2943_IRC LFG EXP Exhibit
which items remain to be performed from the initial checklist and to supplement
that list as necessary and for the purpose of developing a joint single final punch list.
CONSULTANT will perform a final walk-through to determine if the all of the work
has been completed in accordance with the final punch list and Contract Documents.
CONSULTANT reserves the right to request additional compensation should
additional walkthroughs be required.
Subtask 7.8 CONSULTANT will assist the SWDD with project related correspondence to
CONTRACTOR, regulatory agencies, and other parties; provide monthly project
status reports; prepare monthly progress meeting minutes; and maintain
comprehensive project records and documentation on file. CONSULTANT will
maintain document log and documentation during the project.
Subtask 7.9 CONSULTANT will monitor/check performance tests and review field test reports
for conformance with project contract documents.
The level of work estimated for this project is based on a 210 -calendar day (147 working days)
construction period from the Notice to Proceed to Final Completion. CONSULTANT reserves the
right to request additional compensation, should Final Completion of construction extend beyond
the 210 -calendar day (147 working days) period.
TASK 8.0 - SPECIAL ENGINEERING SERVICES DURING CONSTRUCTION
Activities performed under this task consist of supplementary and special engineering services
required during the construction and implementation of the project:
Subtask 8.1 Prepare for SWDD a set of reproducible record drawings, digital copy in AutoCAD
and two Record Drawing prints showing those significant changes made during the
construction process based on information furnished to CONSULTANT by the
Contractor.
Subtask 8.2 Provide services in connection with preparing work change directives, change
orders to reflect changes to the construction project. A maximum of two change
orders are budgeted incorporating an estimated three items per change order.
Subtask 8.3 Provide services in connection with preparing final certifications of completion of
construction to the regulatory agencies. Final certification document is required to
close the permits for the landfill gas system expansion to FDEP.
TASK 9.0 - REPRESENTATIVE SERVICES DURING CONSTRUCTION
The activities performed under this task consist of providing resident project representative (RPR),
which will be conducted by CONSULTANT personnel during the construction and implementation
of the project:
Subtask 9.1 Activities performed under this task consist of furnishing a part-time RPR during
the project construction period of 210 calendar days (147 working days) when the
CONTRACTOR is on site performing work. We estimate the on on-site activities will
take 80 working days of the 147 working days period from Notice to Proceed to
Final Completion to observe the performance of the work of the contractor.
smith A-3 jj2943_IRC LFG EXP Exhibit
Subtask 9.2 The RPR as CONSULTANT's agent will act as directed by and under the supervision
of the CONSULTANT, and will confer with CONSULTANT regarding his actions. The
RPR's dealings in matters regarding the on-site work shall in general be only with
CONSULTANT and the Contractor, and dealings with subcontractors shall only be
through or with the full knowledge of the Contractor. Written communication with
SWDD will be only through or as directed by CONSULTANT.
Subtask 9.3 The RPR will prepare daily reports, describing the general working conditions,
areas of construction activity, tests performed and special and document unusual
events.
CONSULTANT will provide the RPR for observation of the work performed by the contractor, direct
and supervise the RPR, prepare supporting documentation in dealings with the contractor, and .
manage the documentation, daily reports, and test reports. Consultant will supply a recording rain
gage to be used for official rain monitoring for the project at the site of the work. The rain gage will
be turned over to SWDD once the project is completed.
The level of work estimated for RPR labor under this task is 320 labor -hours (80 working days
averaging 4 hours per day) and 44 labor -hours of CONSULTANT staff support for project
representative time. CONSULTANT reserves the right to request additional compensation, should
construction extend beyond the 320 labor-hour,period for the RPR and 44 labor -hour period for
CONSULTANT staff support for all of Task 9.
ASSUMPTIONS
• SWDD will be responsible for all permit application fees.
• An independent Quality Control laboratory is to be retained by the Contractor.
• Contractor will be responsible for reimbursing CONSULTANT for all overtime incurred
by CONSULTANT for work performed outside normal working hours, which are defined
as Monday through Friday, 7:00 am to S:00 pmin accordance with the Contract
Documents.
• This Scope of Services does not include a National Pollutant Discharge Elimination
System (NPDES) Notice of Intent, a St. Johns River Water Management District
Dewatering Permit, or any construction/building permits, which shall be obtained by
the Contractor constructing the project, if required.
• CONSULTANT reserves the right to seek additional compensation for work performed
beyond the described in this Scope of Services.
• CONSULTANT reserves the right to request additional compensation, should Final
Completion of construction extend beyond 210 -days (147 working days) after Notice to
Proceed or field services extend beyond the hours estimated above.
TASK 10.0 - ADDITIONAL ENGINEERING SERVICES DURING CONSTUCTION (CONTINGENCY)
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 any
other extended/additional engineering services or exceeding durations assumed above. A not -to -
exceed amount of $10,000 is established for services related to this task.
smith A-4 jj2943_IRC LFG EXP Exhibit A
PROJECT SCHEDULE
The following preliminary project schedule has been developed based on authorization to provide
engineering services during construction which follows the award of the contract to the selected
Contractor. A final schedule will be prepared based on Contractor's actual Notice to Proceed.
MILESTONE
DATE
Bid Opening
January 6, 2021
Award of Contract
February 9, 2021
Contract Documents Executed
February 21, 2021
Contractor's Notice to Proceed
March 23, 2021
Mobilization / Shop Drawing Reviews Start
April 7, 2021
Substantial Completion Milestone 1
September 19, 2021
Final Completion
October 19, 2021
Final Certifications of Construction Completion
November 18, 2021
Project Closeout
December 3, 2021
PAYMENT AND COMPENSATION
Compensation for this Amendment No. 1 to Work Order No. 2 described herein shall be made in
accordance with the Contract between SWDD and CONSULTANT. The lump sum amount of this
Amendment No. 1 to Work Order No. 2, for Tasks 1, 7, and 8, is $80,840. The not -to -exceed amount
of this Amendment No. 1, for Tasks 9 is $48,350 and Task 10 is $10,000 as a contingency. The new
grand total not -to -exceed amount of this Work Order is $339,000. CONSULTANT will submit
monthly invoices for services rendered based on the percentage of work for each task completed
for Tasks 1 through 8 as authorized by SWDD, and Tasks 9 and 10 will be invoiced based on the
time incurred and the labor billing rates, plus direct costs, in accordance with the AGREEMENT.
For invoice purposes only, the value of each task in this Amendment No. 2 is as shown in Table 1.
commit
I A-5 ii2943_IRC LFG EXP Exhibit A
Table 1
Sm t� A-6 ji2943_IRC LFG EXP Exhibit A
TASK VALUE FOR INVOICE PURPOSE —AMENDMENT NO. 1 TO WORK ORDER NO. 2
TASK
DESCRIPTION VALUE
1.0
Project Quality Management
$8,390
7.0
General Engineering Services During Construction
$53,900
8.0
Special Engineering Services During Construction
$18,550
Lump Sum =
$80,840
9.0
Representative Services During Construction
$48,350
Not -To -Exceed (NTE) =
$48,350
10.0
Additional Engineering Services during Construction (contingency).
$10,000
Not to Exceed (NTE) =
$10,000
TOTAL AMENDMENT NO. 1 TO WORK ORDER NO. 2 (NTE) =
$139,190
ORIGINAL WORK ORDER NUMBER 2 (NTE) =
$199,810
GRAND TOTAL AMOUNT FOR WORK ORDER NO. 2 (NTE) =
$339,000
Sm t� A-6 ji2943_IRC LFG EXP Exhibit A
AMENDMENT NO. 1 TO WORK ORDER NO. 2
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
SEGMENT 3 CELL 1 LANDFILL GAS COLLECTION SYSTEM EXPANSION
ENGINEERING SERVICES DURING CONSTRUCTION
Senior
Sr.
Staff
Document
Sr.
Technical
Officer
Principal
Senior
Prof I
Support
Support
Control
Hours
Officer
Prof
Services
BY Task
Expert
(Drafting)
Services
Specialist
nt
1
4
1
12
8
0
8
14
4
52
es During Construction
3
20
5
78
113
18
12
22
28
299
!s During Construction
2
6
4
24
24
8
26
8
0
102
firing Construction
0
0
0
20
24
320
0
0
0
364
6
30
10
134
169
346
46
44
32
817
EXHIBIT B-2
BUDGET
PROJECT: Indian River County Solid Waste Disposal District
Segment 3 Cell 1 Landfill Gas Collection System Expansion
Amendment No. 1 To Work Order No. 2
Engineering Services During Construction
Tasks 1, 7, And 8 — Lump Sum
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
6
$240
$1,440
Sr. Technical Expert
30
$235
$7,050
Officer
10
$230
$2,300
Principal
114
$210
$23,940
Senior Professional
145
$175
$25,375
Professional II
26
$120
$3,120
Professional 1
46
$130
$5,980
Senior Support Services
44
$95
$4,180
Staff Support Services
32
$90
$2,880
Document Control Specialist
6
$240
$1,440
TOTAL HOURS
453
TOTAL LABOR COST
OTHER DIRECT COSTS (5.6 Percent of Labor)
(Hotels, field vehicle, field supplies, field safety equipment, etc.)
TOTAL LUMP SUM AMOUNT AMENDMENT NO. 1
$76,265
$4,575
CDM
Smith B-2 jj2943_Exhibit B-2.docx
EXHIBIT B-3
BUDGET
PROJECT: Indian River County Solid Waste Disposal District
Segment 3 Cell 1 Landfill Gas Collection System Expansion
Amendment No. 1 To Work Order No. 2
Engineering Services During Construction
Tasks 9 and 10 — Not -To -Exceed Residential Services During Construction
DESCRIPTION:
REFERENCE:
Labor CateRor
Principal
Senior Professional
Professional I
TOTAL HOURS
TOTAL LABOR COST
As Outlined in the Scope of Services, Exhibit A
Agreement between Indian River County Solid Waste Disposal District and CDM
Smith Inc.
Hours
20
24
320
0-1V
OTHER DIRECT COSTS (Rain Gage & Mileage)
Task 10. Additional Engineering Services (Contingency)
TOTAL NOT TO EXCEED AMOUNT AMENDMENT NO. 1
Rate
$210
$175
$120
Labor
$4,200
$4,200
$38,400
$46,800
$1,550
$10,000
58 350
CDMI
Smith B-3 jj2943_Exhibit B-3.docx