Agenda Item
ASR
Control 25-000371 |
||
MEETING
DATE: |
05/20/25 |
|
legal entity taking action: |
Board
of Supervisors |
|
board of supervisors district(s): |
3 |
|
SUBMITTING Agency/Department: |
OC
Waste & Recycling (Approved) |
|
Department contact person(s): |
Tom
Koutroulis (714) 834-4122 |
|
|
David
Tieu (949) 551-7102 |
|
Subject: Approve Contract Change Order Three
for Bowerman Landfill Phase VIII-A1
ceo CONCUR |
County Counsel Review |
Clerk of the Board |
||||||||
Concur |
Approved
Agreement to Form |
Discussion |
||||||||
|
|
3
Votes Board Majority |
||||||||
|
|
|
||||||||
Budgeted: Yes |
Current Year
Cost: $3,454,729.25 |
Annual Cost: N/A |
||||||||
|
|
|
||||||||
Staffing Impact: |
No |
# of Positions: |
Sole Source: N/A |
|||||||
Current Fiscal Year Revenue: N/A
|
||||||||||
Prior Board Action: 10/18/2022 #33 |
||||||||||
RECOMMENDED
ACTION(S):
Authorize the
Director of OC Waste & Recycling or designee, through delegated authority
from OC Public Works, to approve Contract Change Order No. 3 with Sukut
Construction, LLC for the Frank R. Bowerman Landfill Phase VIII-A1
Groundwater Protection Project in an amount not to exceed $3,454,729.25 for a
cumulative contract total of $57,520,334.21 and revise the contract duration
to 910 calendar days of the effective date of the Notice to Proceed. |
SUMMARY:
Approval of Contract Change Order
No. 3 for the Frank R. Bowerman Landfill Phase VIII-A1 Groundwater Protection
Project MA-299-22011298 will support continued operations and compliance with
state and federal regulations.
BACKGROUND
INFORMATION:
OC Waste & Recycling (OCWR) is
responsible for managing the County of Orange’s (County) solid waste disposal
system, including Central Region Landfills that consist of the active Frank R.
Bowerman Landfill (Landfill) and five closed solid waste disposal sites. The
Landfill was opened in 1990 to meet the solid waste disposal needs of the
central portion of Orange County.
The Landfill Phase VIII-A1 Groundwater
Protection Project (Project) will support continued operations and compliance
with state and federal regulations at the Landfill, particularly Title 27
California Code of Regulations (Title 27 CCR) requirements. Title 27 CCR
requirements regulate the permitting, operations and design standards for
landfills.
In 2002, a sudden and unexpected landslide
occurred at the Landfill. This contributed to other landslides, such as the
East Flank Landslide. Interim slope stabilization measures were taken to avoid
catastrophic failure of this unstable landmass. Since that time, extensive
progress has been made to plan, design and engineer the remediation project to
ensure long-term stability and mitigate operational impacts at the Landfill.
Following the landslides, consulting geologists and engineers performed
extensive design and geotechnical reviews of the area, which resulted in the
revision of the site Master Development Plan and a recommendation to conduct
the permanent landslide remediation project in three phases.
The first phase of remediation, the
Backcut Excavation Project, included the excavation of approximately 5.8
million cubic yards of earth and bedrock and installation of drainage
facilities and was completed in 2009. The second phase of remediation, the East
Flank Landslide Remediation Project, involved removing landslide debris for
subsequent soil stabilization buttress construction and was completed in
January 2016. On June 28, 2016, the Board of Supervisors (Board) approved plans
and specifications for the third phase, Phase VIIIB-1 and Phase VIIIB-2 Projects,
involved the construction of stabilization buttresses and was completed in 2019
and allowed for disposal capacity beyond the year 2024.
On October 18, 2022, the Board of
Supervisors approved contract MA-299-22011298 with Sukut Construction, LLC for
the Phase VIII-A1 Groundwater Protection Project for $54,087,030.00. The proposed Project scope of work for this
contract primarily consists of excavation of soil to allow for the installation
of a groundwater protection system in Phase VIII-A1, which provides disposal
capacity through the year 2028. The
Project also includes the final remediation of the North Landslide Complex.
This work requires a dewatering system to remove hydrostatic pressure from the
landslide plane, a soil buttress to stabilize the North Landslide Complex and
removal of excess soil, which was contributing to the landslide instability.
The Project included an allocation for potential landslide remediation on a
time-and-material basis of $2,000,000.
During construction the North Landslide
Complex movement significantly accelerated and there were numerous landslide
failures that required immediate remediation to mitigate cost impacts, create a
safe working area and allow for design features of the project to be
constructed. This was not unexpected and
was the reason for the allocation in the contract to address landslide
remediation on a time and material basis.
As the Project was progressing the movement was causing concern for long
term stability of the landslide complex.
There was a need to remove material that was the driving force of the
landslide movement, buttress the lower slide plane, remove loose and unstable
material and remediate landslide debris that was moving into the engineered
excavations for installation of a soil buttress. These were all addressed in field memos and
directives due to the urgency of the work to be performed.
After installation of the soil buttress
the landslide material that was to remain in place was now buttressed but areas
adjacent to the slope failures needed to be remediated so that it would be
acceptable to have soil fill placed to stabilize the remaining landslide
mass. The slopes above the work had also
become unstable and needed to be remediated as they retain the East Flank
Landslide, which had been stabilized previously, and were unsafe for prolonged
exposure to erosion. Horizontal
dewatering drains needed to be replaced, additional drains installed where
localized groundwater pockets were detected and erosion control structures
needed to be re-constructed. This work
all required immediate action to limit the severity of the cost impacts of
remediation. Design for remediation
could not be anticipated so that a request for change order prior to exceeding
the approved mitigation contract amount was not practical. Due to the cost of landslide remediation,
repair of existing facilities damaged by landslides and new horizontal drains,
the time and material work total cost was $5,828,306.92 which is $3,828,306.92
over the landslide remediation time and material contract value of $2
million. Contract Change Order No. 3
also includes a 25 calendar-day time extension with no extended overhead costs
due to the work impeding construction of the groundwater protection system
critical path.
Included in Contract Change Order No. 3 is
a credit for Diesel Fuel Price Adjustment.
In the Contract the County will receive a credit for diesel fuel used on
the project that falls $0.40 below the price that was listed during the bid
opening as per the US Department of Energy’s website. At the time of the bid opening the price of
diesel fuel was $3.58 per gallon and during the time-period covered in this
Change Order the price varies from as low as $2.20 per gallon to $2.44. This drop in diesel fuel cost has provided
the County a credit of ($373,577.67) for diesel fuel delivered from July 2024
to December of 2024.
Original Contract Amount |
$54,087,030.00 |
CCO No. 1 |
($
16,675.54) |
CCO No. 2 |
($
4,749.50) |
CCO No. 3 |
$
3,454,729.25 |
New Contract Total |
$57,520,334.21 |
Per the Contract
Policy Manual, Section 3.5-108 (1) and (2) and in accordance with Public
Contract Code Section 20142(b), the Director or designee may approve contract
cost increases limited to
$25,000 per change
for contracts in excess of $250,000, plus 5 percent of the original contract
amount in excess of $250,000 up to a total maximum amount of $210,000 in
accordance with Public Contract Code Section 20142(b). Ten percent of the
original contract amount per change for contracts from $50,000 to $250,000 and
changes in excess of this limit require Board approval.
The Contractor’s
performance has been confirmed as satisfactory.
OC Waste & Recycling has verified there are no concerns that must be
addressed with respect to the Contractor’s ownership/name, litigation status or
conflicts with County interests.
Compliance
with CEQA: This
Project is a necessarily included element of the project considered in Final
Environmental Impact Report (FEIR) No. 604, certified by the Board on August
15, 2006, which adequately addressed the effects of the proposed Project. No
substantial changes have been made in the Project, no substantial changes have
occurred in the circumstances under which the Project is being undertaken, and
no new information of substantial importance to the Project that was not known
or could not have been known when the FEIR No. 604 was certified and the
Mitigation Monitoring and Reporting Program was adopted have become known;
therefore, no further environmental review is required.
FINANCIAL
IMPACT:
Appropriations for this contract
are included in the FY 2024-25 Budget for OC Waste & Recycling Capital
Project Fund 273.
STAFFING
IMPACT:
N/A
ATTACHMENT(S):
Attachment
A - Contract Change Order No. 3 to Agreement MA-299-22011298
Attachment B - Contract Change Order Number One & Two to Agreement
MA-299-22011298