Loading...
HomeMy WebLinkAbout2005-358 J WORK AUTHORIZATION No . 03 EFFECTIVE DATED November 1 , 2005 In accordance with the Agreement for Professional Services between Indian River County Solid Waste Disposal District ("Client") , and GeoSyntec Consultants, Inc . ("GeoSyntec") , dated 10 August 2004 , this Work Authorization describes the services , schedule, and charges for GeoSyntec ' s services on the project known as : MINOR MODIFICATION PERMIT APPLICATION FOR THE CLASS I LANDFILL AT THE INDIAN RIVER COUNTY SANITARY LANDFILL FACILITY CLIENT AUTHORIZED REPRESENTATIVE : POLLY KRATMAN, MANAGING DIRECTOR SWDD Address : 1325 74°i Avenue Vero Beach, Florida 32968 Telephone No : (772 ) 770-5113 GeoSyntec Authorized Representative : Kwasi Badu-Tweneboah Address : 2258 Riverside Avenue Jacksonville, Florida 32204 Telephone No : (904) 388 - 8821 SERVICES . The scope of services, time schedule and charges are described in GeoSyntec ' s proposal dated 7 October 2005 attached to this Work Authorization , incorporated herein by reference . TERMS AND CONDITIONS . The terms and conditions of the Professional Services Agreement referenced above shall apply to this Work Authorization . Acceptance of the terms of this Work Authorization is acknowledged by the following signatures of the Authorized Representatives . SUBMITTED BY : APPROVED BY : BOARD OF COUNTY �(OMMISIONERS ';; GEOSYNTEC CONSULTANTS INDIAN RIVER COUNTY , FLORIDA (Consultant) Solid Waste Disposal District` `a Will By : By : Thomas A. Peel, Ph . D . , Vice President Thomas S . Lowther, Chairman , Approved by BCC : _ November 1 , 2005 Witn se • _ hest: Jeffie K. Barton, Cler of Circuit ourt nne H . Perry , Office Man ger Approvas to Form and Legal Sufficiency : Marian E . Fell, Assistant County A torney 10 l By ; Jph A . B ird, County Ad - qministratorr ORIGINAL GeoSyntec 2258 Riverside Avenue Jacksonville , Florida 32204 - USA " Consultants Tel . ( 904 ) 388 - 8821 • Fax ( 904 ) 388 - 8163 7 October 2005 Ms . Polly Kratman Managing Director Solid Waste Disposal District Indian River County 1325 74 `" Avenue SW Vero Beach , Florida 32968 V, � Subject : Fee Proposal for Engineering Services 2405 y' Minor Modification Permit Application Indian River County Class 1 Landfill '� 40 Vero Beach, Indian River County, Florida PEG�`� cv Dear Ms . Kratman : GeoSyntec Consultants (GeoSyntec ) is pleased to submit this fee proposal to the Indian River County ( IRC) Solid Waste Disposal District ( SWDD) for the Class I Landfill at the IRC landfill facility located in Vero Beach, Indian River County , Florida . The scope of work to be performed by GeoSyntec as part of this proposal includes : ( i ) preparing a minor modification permit application for the Segment 1 east sideslopes leachate collection system ( LCS) drainage layer; (ii ) preparing bid documents ; and (iii) providing construction certification services for the modified LCS drainage layer. The scope of work is based on correspondence regarding the requirements for the modification to the LCS drainage layer from the Florida Department of Environmental Protection ( FDEP ) . This fee proposal has been prepared in response to a request from the SWDD during 30 September 2005 and 3 October 2005 telephone conversations between Dr. Tanhum Goldshmid of SWDD and Dr . Kwasi Badu-Tweneboah , P . E . of GeoSyntec . The proposal has been prepared in general accordance with the Professional Services Agreement (PSA ) between GeoSyntec and SWDD , dated 10 August 2004 . The remainder of this proposal presents : ( i) project background ; ( ii ) proposed scope of work; ( iii) schedule ; and (iv) budget estimate . PROJECT BACKGROUND The SWDD operates both the Class I landfill and Construction and Demolition (C &D ) disposal facility at the IRC Sanitary Landfill Facility located near Interstate 95 , XLOS 154/XL05094 GeoSyntec Ms . Polly Kratman Consultants 7 October 2005 Page 2 of 8 Oslo Road , and Rangeline Road in southern Indian River County , Florida . The Class I landfill includes Segment 1 , Segment 2, and an Infill Area under FDEP Operations Permit No . 5031 -0128769 -005 . Segment 1 is unlined and was closed in 1990 . Segment 2 is a lined Class I landfill located east of Segment 1 . The Infill Area is also a lined Class I landfill located between Segment 1 and Segment 2 that includes a liner system over the east sideslopes of the previously-closed Segment 1 . The permitted liner system for the Segment 1 east sideslopes consists of a 60 -mil thick textured high-density polyethylene (HDPE ) geomembrane overlain by a 24- inch thick leachate collection system ( LCS ) sand drainage layer. The geomembrane liner for the Segment 1 east sideslopes was installed as part of the overall Infill Area construction in 1997 . The LCS sand drainage layer however had to be incrementally placed during waste placement to ensure stability . The SWDD has the upper third of the east sideslopes remaining to be covered with sand prior to waste placement . Due to the difficulty in finding the sand meeting the specifications , SWDD would like to substitute the 24 - inch thick LCS sand drainage layer with a geocomposite drainage layer overlain by 24 -inch thick protective soil layer . PROPOSED SCOPE OF WORK Task 1 — Project Management/Meetings Under this task, GeoSyntec will perform project planning and management responsibilities , such as correspondence with IRC and FDEP , invoice review , project coordination, and project administration . GeoSyntec has also included budget for preparation of and attendance at two meetings with SWDD and/or FDEP , as needed . Task 2 — Minor Modification Permit Application GeoSyntec will prepare a minor modification permit application (Application) for the Segment 1 east sideslopes LCS for submittal to FDEP . The Application will consist of. ( i) FDEP form ( 62 - 701 . 900( 6) ) ; (ii) narrative description of the proposed revisions to the permitted LCS , including supporting calculations ; ( iii) one to two sheets of permit drawings showing the limits and cross sections of the proposed LCS ; and ( iv) technical specifications for the proposed LCS geocomposite drainage layer and protective soil materials . The Application will be signed and sealed by a registered professional engineer in the State of Florida . XLOS 154/XL05094 GeoSyntec Ms . Polly Kratman Consultants 7 October 2005 Page 3 of 8 Task 3 — Contractor Procurement Services GeoSyntec will provide the engineering services required for SWDD to procure a contractor/installer for installation of the LCS geocomposite drainage layer on the east sideslopes of Segment 1 . The services will include : ( i ) assembling a contractor bid package to include the requirements of the SWDD construction contract bid procurement process ; ( ii ) distributing the package to pre -qualified bidders ; and ( iii ) assisting SWDD in the review and evaluation of bids . Task 4 — Construction-Phase Services GeoSyntec will provide construction - related services and engineering support during construction of the LCS geocomposite drainage and preotective soil layers . These include construction quality assurance (CQA) monitoring, laboratory testing , documentation , and certification for the installation of the geocomposite layer and placement of the protective soil layer on the Segment 1 east sideslopes . GeoSyntec will provide on- site CQA monitoring and documentation services during installation of the geocomposite and placement of the protective soil layer. Laboratory testing will include conformance testing of the geocomposite and protective soil layer materials . GeoSyntec will prepare a CQA certification report to document the construction activities . The CQA certification report and as -built record drawings will be signed and sealed by a registered professional engineer in the State of Florida . GeoSyntec will prepare the report within 2 weeks of completing the construction activities . Five copies of the CQA certification report will be submitted to FDEP for approval on behalf of SWDD . SCHEDULE GeoSyntec will proceed immediately with work upon authorization from the SWDD . The minor modification application will be submitted to FDEP within two weeks of authorization to proceed . GeoSyntec will complete the bid documents for contractor procurement within four weeks of authorization to proceed . The construction-phase services will be performed following mobilization of a contractor to the site . GeoSyntec recognizes the importance of the schedule for the SWDD and their need to obtain the permit to allow placement of waste on the east sideslopes of Segment 1 . XLOS 154/XL05094 GeoSyntec Ms . Polly Kratman Consultants 7 October 2005 Page 4 of 8 GeoSyntec will work with the SWDD to refine the project schedule and set the milestones necessary to meet the needs of the project . BUDGET ESTIMATE A budget estimate for the scope of work outlined in Tasks 1 through 3 of this proposal is summarized in the following table . A detailed budget estimate is provided as Attachment A . The budget estimate does not include permit fees that will be required at the time the minor modification permit application is submitted to FDEP . • Task 1 — Project Management/Meetings $ 55849 • Task 2 — Minor Modification Permit Application $ 5 , 828 • Task 3 — Contractor Procurement Services $45579 • Task 4 — Construction-Phase Services $ 65939 TOTAL $ 239195 GeoSyntec will not exceed the budget estimate without prior approval and written authorization from SWDD . CLOSURE GeoSyntec appreciates this opportunity to offer our services . If this proposal is acceptable , please indicate your agreement by signing the attached work authorization (Attachment B ) , which references this proposal . Please return one signed work authorization to Dr . Badu-Tweneboah ' s attention . Please call the undersigned with questions you may have as you review this fee proposal . Sincerely , Kwasi Badu- Tweneboah, Ph . D . , P . E . Associate Attachments Copy to : Tanhum Goldshmid, Indian River County XLOS 154/XL05094 ATTACHMENT A BUDGET ESTIMATE O -h N n n CT v " CD Q 0 a v C0 7 h CD a. 0 0- v fn D < D c� 0 n o Cl) 0 � m m T m � ° * v � CD CD CD -� , =3 CD 0CD C7 ? c° — v n�i C7 C1 'f CD m v O 0CD3 v D p O y m cQ m � n c� cD n � . m ,moi 1 m m CD o m Z Z e m v, m .R v v to v .� m ', 3 U) cD o Z D CD c N. C v r+i < U m 'n W 01 § O D -I CD " nom W N Z M m 0 0 0 =r m v v v 2 r v v Ilk- 2 2 2 2 2 2 c 2 2 2 2 2 2 2III " D mcl O O ZTJ (n - • T N cn 0 D V/ m °iCD69 6s O 69 69 F " 69 69 69 69 , to 69 �, .69 69 � y� --I r 69 � o N � w p .p v � co d m m co o N ? O �4 rn D r w N (J7 cn w c n O O O O Oo O X# C A O 00 f Il O O (J7 Z n a CD p T �h ; C+ r ` cn ` (D y r Cil z N CTSIV �'? O 0 n y O O N O O O O � N 0 0 0 0 0 0 N O O O O O N O „ m n -i Iv� O 3 111 .4 w 69 N (.n 69 O) 64 Efl <D CO 69 Efl 69 69 69 wr N 69 69 69 69 69 N Efl RCS t0 O A 0 0 Ui O O >;°'.' 0 0 0 0 0 0 0 :, 4 0 0 0 0 0 0 0 0 ,tp v Table 2 BUDGET ESTIMATE MINOR MODIFICATION PERMIT APPLICATION INDIAN RIVER COUNTY CLASS I LANDFILL TASK 2 : Minor Modification Permit Applicatior ITEM BASIS RATE QUANTITY ESTIMATED COST , m ?'.�. # Y raj S, a . Principal Hr $ 175 2 $350 b . Associate Hr $ 160 12 $ 1 , 920 c . Senior Project Engineer Hr $ 140 0 $ 0 d . Project Engineer Hr $ 125 0 $ 0 e . Engineer Hr $ 108 0 $0 f. Senior Staff Engineer Hr $96 0 $ 0 g . Staff Engineer Hr $84 20 $ 1 , 680 Subtotal Professional Services $ 3 , 950 B, ' � '#�iica�jilAt�riirifatr�tive S�tyic�s � � � Tk. . a . CADD Designer Hr $90 0 $ 0 b . Senior CADD Operator Hr $ 78 12 $ 936 c. Drafter/CADD Operator Hr $70 0 $ 0 d . Technical/Administrative Assistant Hr $46 0 $ 0 e . Technical Word Processor Hr $46 6 $276 f. Clerical Hr $ 39 6 $234 Subtotal Technical/Administrative Services $ 1 , 446 a . Lodging Day $75 0 n $ 0 b . Per Diem Day $30 0 $ 0 c . Communications Fee 3 % Labor 0 . 03 $ 5 , 396 $ 162 d . CADD Computer System Hr $ 15 12 $ 180 e . Vehicle Rental Day $ 75 . 00 0 $0 f. 8 . 5 "x11 " Photocopies Each $0 . 12 500 $ 60 g . CADD Drawings Each $ 3 10 $ 30 /��/' �y( Eql pay Su�lb�ytotta�lly)Reimbursables $ y�4�[32 'x,T �F �-tigI�1 TEYJIThYA Table 3 BUDGET ESTIMATE MINOR MODIFICATION PERMIT APPLICATION INDIAN RIVER COUNTY CLASS I LANDFILL TASK 3 : Contractor Procurement Services ITEM BASIS RATE QUANTITY ESTIMATED COST 'y a■rvy�, 4y.. s ` k t "f C ys . ' fig` %� , + ` y z a `r a . Principal Hr $ 175 0 $ 0` b . Associate Hr $ 160 12 $ 12920 c . Senior Project Engineer Hr $ 140 0 $0 d . Project Engineer Hr $ 125 0 $0 e . Engineer Hr $ 108 0 $ 0 f. Senior Staff Engineer Hr $96 0 $0 g . Staff Engineer Hr $84 16 $ 19344 Subtotal Professional Services $3 , 264 F a . CADD Designer Hr $90 0 $0 b . Senior CADD Operator Hr $ 78 6 $468 c . Drafter/CADD Operator Hr $70 0 $0 d . Technical/Administrative Assistant Hr $46 0 $ 0 e . Technical Word Processor Hr $46 6 $276 f. Clerical Hr $ 39 6 $234 Subtotal Technical/Administrative Services $978 T - 3 a . Lodging Day $75 0 $0 b . Per Diem Day $ 30 0 $ 0 c . Communications Fee 3 % Labor 0 . 03 $4 , 242 $ 127 d . CADD Computer System Hr $ 15 6 $ 90 e . Vehicle Rental Day $ 75 . 00 0 $0 f. 8 . 5"x11 " Photocopies Each $0 . 12 500 $ 60 g . CADD Drawings Each $ 3 20 $ 60 Subtotal Reimbursables $337 3fi T Q O(U T 4, 19 . . mow , '4TAIz E; TI p 'w O O O O O O N N O O O O 00 N_ O . O d M 0 0 0 0 0 0 0 f� W E!? O ff� ER ffl EA ,° � H? L0 E> (fl M N 603 00 Ln O O N LO O CO CO N ` LO LO r ER M Efl EA 00 O M EA ER Efl ,. Efl 6s 6q 64 Efl r 46,, Efl fA Efl fA E9 �} K•, W 'a 0 0 0 0 0 0 00 V N O M O M M y O d N `- CO d O O 4) COD (NN HUD Z �. L O LM ' ; LL V Z L1) O O Lf) Cp O Vf/1 a0 O CO CO O) JL, „; - O O 0O O N M J r� CO � N O 07 co to 00 � � � d M N � N O O .- Ln O �- b4 Q W e3 cfl a� 69ea � � � cfl � � � o �n 60- �> ra t W Q � .r ;y ti o FM Fm W U VI H Z Z m 2 2 2 S S 2 S S 2 S 2 2 2 o a) N = 3 Q� W W .. 1— W _ O 0 P m LL � C1 CUc W D l ol Z U) Q N pp _o Q o Op t og := U' C �, � C U) LL a a� H W m "� U a ° .� d N o r = O O c '- c W a� Q Q o ° Fes- c o (m CU py ' m Cl. w a� cn � cco U U v v o> m '> U E n CL Z3v Wcu Uj L- Y (L Q fn d W Cf) N �;, (n (A Q H h- U s o J d U J (n UU U : Q` co 0o ai F" co ci a ai ca ci ai o� L � ,, Lid] ,. ATTACHMENT B WORK AUTHORIZATION