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