Print Reading Mode Back to Calendar Return
  Consent-Community Services   # 17.       
Board of Supervisors Meeting   
Meeting Date: 03/24/2015  
Brief Title:    Approve contracts for closure of waste management units 1 and 2 at the landfill
From: Taro EchiburĂș, Director, PPWES
Staff Contact: Jeff Kieffer, Senior Civil Engineer, PPWES, x8855

Subject
Approve agreements with RJ Gordon Construction Inc. and GeoLogic Associates Inc. for closure construction and construction quality assurance services for the final closure of waste management units 1&2 (WMUs 1&2). (No general fund impact; projected cost of $4,300,000 financed by sanitation enterprise funds) (Echiburú/Kieffer)
Recommended Action
  1. Authorize the Chair of the Board of Supervisors to sign the agreement with RJ Gordon Construction Inc. for final closure construction of WMUs 1&2; and
     
  2. Authorize the Chair of the Board of Supervisors to sign the agreement with Geologic Associates Inc. (GeoLogic) for construction quality assurance services; and 
     
  3. Authorize the Director of Planning, Public Works and Environmental Services to approve all construction change orders, provided the total does not exceed $210,000; and 
     
  4. Authorize the Director of Planning, Public Works and Environmental Services to temporarily close County Road 104 between County Road 28H and the northern boundary of the landfill from May 1, 2015 to November 1, 2015.
Strategic Plan Goal(s)
Protect open space and the environment
Provide fiscally sound, dynamic and responsive services
Reason for Recommended Action/Background
WMUs 1&2 were designed and built by the county in 1977, and were the first and second waste management cells constructed at the landfill. Following their construction, WMUs 1&2 were used for disposal of all waste from 1977 to 1981, and again between 1986 and 1987, when filling was again suspended. In 2000, the county requested and received authorization from the Water Board to resume filling the remaining portions of WMUs 1&2 to final grade for closure.

On January 24, 2012, the Board of Supervisors approved the plans, specifications and bid documents for final closure of all of WMUs 1&2. General standards for all waste management units require the owner of a landfill to close each landfill cell following completion of waste placement. Additionally, the landfill’s Waste Discharge Requirements, issued by the California Regional Water Quality Control Board, Central Valley Region (Water Board) required WMUs 1&2 to be closed in 2012. Because of a decrease in waste disposal (due to the economic downturn and increased recycling efforts) only a portion of WMU 2 was completely filled and the County received a variance from the Water Board to close only the northern portion of WMU 2 in 2012. The remaining portion of WMU 2 and all of WMU 1 are now filled and must be closed this summer. Regulations also require that the county provide third party construction quality assurance to assure that construction is completed in accordance with the plans and regulations.

Closing WMUs 1&2 consists of installing a final cover system, consisting of a geomembrane (thick plastic) and soil, and upgrading the units’ existing landfill gas collection system. These closure activities are designed to minimize the environmental impact of the waste by minimizing the infiltration of water into the waste, thereby minimizing the production of leachate and landfill gas. The soil necessary for closure construction, as well as ongoing landfill operations is planned to be excavated from a recently acquired property on the opposite side of County Road 104 from the landfill. To transport this soil, heavy equipment will need to cross County Road 104 repeatedly, which would pose a safety risk to the public. Both Street and Highways Code Section 942.5 and Yolo County Code Section 4-3.501 allow the Board of Supervisors to temporarily close a road to protect the public. County Road 104 is very lightly used, there are no residences on the road and agricultural vehicles can utilize alternate routes so impact to the public and other local property owners for this temporary closure should be minimal.

Title 27 of the California Code of Regulations requires that an independent third party provide the construction quality assurance (inspection to assure that the project is constructed in accordance with the plans and specifications) for all landfill closures. The County released a request for proposals to engineering consultants on November 20, 2014 for construction quality assurance services. Three proposals were received on the due date of December 12, 2014. The proposals were ranked by a three person review committee on the basis of qualifications, experience and cost. GeoLogic prepared the most complete proposal and demonstrated superior qualifications and experience, including successfully performing two similar projects at the landfill in 2000 and 2007. Additionally, GeoLogic’s costs were less than the second ranked firm. The proposed costs for the three firms in order of qualification ranking are:.

1. GeoLogic Associates, Inc. $296,585
2. Golder Associates $364,991
3. Advanced Earth Sciences, Inc. $389,480

The closure construction plans were advertised for bid on December 11, 2014. A pre-bid meeting was held at the landfill on January 15, 2015 and was attended by nine general contractors. On February 5, 2015, three bids were received and opened. The lowest responsible and responsive bidder was RJ Gordon Construction Incorporated. The bid results for the three companies are:

1. RJ Gordon Construction $3,509,719.53
2. Nordic Industries $3,992,432.09
3. Sierra National Construction $4,057,544.89

Though RJ Gordon’s bid is the lowest, it still exceeds the engineers estimate by approximately 20 percent. Division staff is recommending approval of the agreement, but will review the project requirements to identify cost saving measures that can be implemented during the construction process. It is anticipated that construction will start in June 2015, and will finish by the beginning of November 2015.
Collaborations (including Board advisory groups and external partner agencies)
The Water Board and CalRecycle have reviewed and approved the closure construction plans and specifications.

County Counsel has reviewed and approved the agreements as to form.

Fiscal Impact
Fiscal impact (see budgetary detail below)
Fiscal Impact (Expenditure)
Total cost of recommended action:    $   4,300,000
Amount budgeted for expenditure:    $   4,300,000
Additional expenditure authority needed:    $   0
One-time commitment     Yes
Source of Funds for this Expenditure
$4,300,000
Explanation (Expenditure and/or Revenue)
Further explanation as needed:
Closure costs for WMU 1&2 will be paid by the Sanitation Enterprise Fund, which is funded through the tipping fees collected at the landfill. There will not be an impact to the general fund. The total project cost, including a contingency for construction and CQA is $4,300,000.
Attachments
Att. A Construction Agreement
Att. B. CQA agreement

Form Review
Inbox Reviewed By Date
Financial Services hnewens 03/16/2015 09:19 AM
County Counsel Hope Welton 03/16/2015 04:58 PM
Phil Pogledich Phil Pogledich 03/19/2015 03:01 PM
Form Started By: Jeff Kieffer Started On: 01/21/2015 01:26 PM
Final Approval Date: 03/19/2015

    

Level double AA conformance,
                W3C WAI Web Content Accessibility Guidelines 2.0

AgendaQuick ©2005 - 2024 Destiny Software Inc. All Rights Reserved.