Loading...
HomeMy WebLinkAbout2008-029AMENDMENT NUMBER 2 WORK ORDER NUMBER 2 az �no�_6a,9 This Amendment Number 2 to Work Order Number 2 is entered into as of this 22nd day of January 2008, pursuant to that certain Continuing Contract Agreement for Professional Services entered into as of April 6, 2004 and amended effective April 7, 2007 (as so amended, the "Agreement"), by and between Indian River County, a political subdivision of the State of Florida ("County') and CAMP DRESSER & McKEE INC. ("CONSULTANT"). 1. The County has selected the Consultant to perform the professional services set forth in existing Work Order Number 2, Effective Date November 1, 2005. 2. The County and the Consultant desire to amend this Work Order as set forth on Exhibit 1 attached to this Amendment and made a part hereof by this reference. The professional services will be performed by the Consultant for the fee schedule set forth in Exhibit 1 and within the timeframe more particularly set forth in Exhibit Agreement. 1, all in accordance with the terms and provisions set forth in the 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 paragraph 1.5 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 Amendment to Work Order as of the date first written above. CONSULTANT CAMP DRESSER & McKEE INC. By: Title: Principal Date: I l i k WH BOARD OF COUNTY 0 MI : ,*NERS OF INDIAN RIVER COUNTY By Sandra L Bowden Chai rran BCC: Approved Date: January *22;2008 Attest: J.K. Bartn, Clerk of Court By: Deputy Clefirk ,Approved: Baird, as to form and legal sufficiency: E. Fel]5 ss tafit County Attorney jbl4 Tdoc EXHIBIT 1 SCOPE OF WORK INDIAN RIVER RCOUNTY BIOSOLIDS DEWATERING FACILITY AT INDIAN RIVER COUNTY LANDFILL ADMENDMENT NO.2 - ADDITIONAL DESIGN AND PERMITTING SERVICES BACKGROUND Indian River County (IRC) Utility Services Department currently operates a centralized dewatering facility located at the Central Region Wastewater Treatment Plant. The close proximity of the existing dewatering facility to neighboring developments led IRC to explore moving the operation to the IRC Landfill. The IRC Landfill is the current recipient of the sludge dewatered at the existing facility. Given the age of the existing dewatering facility's equipment, a new facility was proposed to be located at the landfill. The new Biosolids Dewatering Facility (BDF) would be designed to have the necessary sludge receiving, pumping, and tankage to meet IRC's needs as well as the needs of the private grease and septage haulers in IRC. The facility would be designed for a twenty year equipment life cycle. Dewatering equipment would be provided by a private contract operator with a five year operating contract with renewal options in accordance with IRC policy. The current design of the BDF places the facility on a 180 -foot wide strip of landfill property between the permitted construction and demolition (C&D) debris cell and the Class I cell located to the west. Siting of the BDF in its present location does not allow use of the infill volume between the two landfill cells. In August 2007, IRC considered the potential use and value of the infill volume between the two cells and requested CDM to perform a conceptual level evaluation of the area. The evaluation indicated that use of the infill volume for disposal of C&D debris, could result in a potential $44.3 million of future incoming revenue to IRC and could extend the landfill useful life by approximately 13 additional years. Based on the above, IRC staff determined that the potential beneficial use of the infill volume between the two cells warranted the relocation of the BDF to an alternate location within the landfill property boundary. With relocation of the BDF, the infill volume between the C&D debris cell and the Class I landfill cell will remain available for future use. The alternate location, the area of second lateral expansion of the existing C&D debris landfill, located south of the administration area and along the 74thAvenue, was selected based on discussions and review by CDM and IRC of various potential sites within the landfill property. Revision of the current design to relocate the BDF to the selected alternate location will maintain the current internal layout and footprint of the facility as much as is practically feasible, but will require surveying and subsurface investigation of the new facility location, additional permitting services, and additional engineering services related to final design. The intent of this Amendment is to provide additional funding for the upper limit of Tasks 1, 2, and 3. jbl�7 �c SCOPE OF SERVICES CDM will provide additional engineering services related to design and permitting required to relocate the BDF from its current location to the selected new location within the landfill. The following described engineering services are scope items required to relocate the proposed facilities. These services are addressed in the preliminary and final design and permitting services covered under this amendment: Task 1.0 Preliminary Design This task provides for the preparation of a Preliminary Design Report including performing topographic survey and geotechnical services, establishing of necessary design criteria, identifying specific permitting requirements, and preparation of a preliminary design level opinion of probable cost. Relocation of the BDF within the landfill will require site investigation of the new location, including surveying and subsurface investigation. CDM will subcontract with a surveying firm to provide a specific purpose survey of the new location and with a geotechnical engineering firm to conduct subsurface investigation of the new location and provide a subsurface investigation report. The results of the survey and subsurface investigation will be reviewed by CDM and incorporated as required into the design of the relocated facility. The requested budget amendment for Task 1.0 is presented in Table 1. The projected project labor disaggregation is presented in Table 2. Task 2.0 Permitting Services This task provides for the preparation of necessary permit applications, meetings, and negotiation with regulatory agencies and preparation of responses to Requests for Additional Information (RAI) by IRC Planning and Zoning. The additional permitting services related to the relocation of the BDF will be provided: ■ Modification and resubmittal of Notice of Intent to Use General Permit for Construction of Wastewater Collection/Transmission system, ■ Modification and resubmittal of Notice of Intent to Use General Permit for Construction of Water Main Extension, and ■ Modification and submittal of Wastewater Permit for Domestic Wastewater Facilities ■ Modification and submittal of the C&D debris Solids Waste Permit ■ Revision and submittal of IRC Site Plan Permit Application ■ Modification and submittal of FDEP Environmental Resource Permit ■ Preparation and submittal of Indian River Farms Water Control District Permit for relocation of stormwater outfall. FDEP regulations do not allow the Notice of Intent to Use General Permit for construction of the wastewater collection/ transmission system and water main extension to be modified. These two applications will need to be repackaged and submitted as new to FDEP for b1467 dw approval. IRC will be responsible for paying all applicable fees required for filing of all the permit applications included under this task. The requested budget amendment for Task 2.0 is presented in Table 1. The projected project labor disaggregation is presented in Table 2. Task 3.0 Final Design This task provides for the preparation of final design and bid ready documents for the BDF. The additional final design services related to the relocation of the BDF will be provided: ■ Redesign of site grading and drainage for the BDF including redesign of swale system to receive and convey storm water from the BDF to the landfill storm water collection system. ■ Modification of structural foundations and equipment pads based on subsurface investigation results. Should subsurface investigation reveal unsuitable materials or soil conditions sufficiently different from conditions at original BDF location to require substantial redesign of structural foundations, additional services beyond this amendment may be required. ■ Redesign of centrate pumping station including related mechanical, electrical and instrumentation components to accommodate new BDF location and constraints. ■ Redesign of wastewater force main for centrate discharge to accommodate new BDF location and constraints. ■ Redesign of water main extension to accommodate new BDF location and constraints. ■ Revised opinion of probable cost. The requested budget amendment for Task 3.0 is presented in Table 1. The projected project labor disaggregation is presented in Table 2. OTHER SERVICES NOT INCLUDED IN THIS SCOPE OF SERVICES The following list of items is not included in this Scope of Services but will be addressed in separate proposals or will be negotiated separately with IRC, if required: A. Excavation for field verification of the actual locations of existing underground utilities and structures. If field verification is necessary, excavation shall be provided by IRC as directed by CDM. B. Services associated with assisting IRC in the review and evaluation of patent -related disputes, issues, or claims including preparing to serve or serving as a consultant or witness for IRC in litigation, arbitration, public or private hearings, or other legal or administrative proceedings involving patent -related disputes, issues, or claims. C. Additional services in connection with the project not otherwise provided for in this Scope of Services. jb1467. Ccc COUNTY RESPONSIBILITIES IRC shall provide the following to CDM in a timely manner: Fees for permit applications, Review of CDM work products, Standard Front -End (Division 0) Contract Documents. SCHEDULE The schedule for completion of the project is expected to be extended by 150 days from approval of this amendment. jbl4 7 tl c § - � § .IAN § \ \\}\\»\2\ «- © o ?2 £l } /}\6\\»7277 \ &!!§§2\\/ _ Lo v; -®---- !■ '3777 / \K § \ C4k�\\}//j__ {■~,a!_a „f, ! ^ !0 kk G 72\77 &! j// ƒ) \ 2970§0e00 ac \} M( #\\ rE8! L) 2))CO G§2k 'a -Fu y ;U) CL 00 a■=§0§ae LFU §)a)/c 0 o0LLU) )%EL cn00 - n p C ofi a BIB rBBBr a`¢ Y d 0 C ;? a 0 0 0 0 � � a Ul fA d O O Cdi O.•- N N N toCL =Z 3 d fq to N C O yB.. � BOB W N O aL m c 0 N d < N A w O L a m 0 L o° N NN OOD O v CL m� CL •- O O O N M C .i d ¢ L d d 0 O N V b C N BBBU Z O S d � h N t2 Ol I Z R C N F E o C C I1 ii BBBBB c c c O O O p D D 9 Q Q Q Y O d o o d r d fV M d R d R R d H M F F fA n