HomeMy WebLinkAbout2012-041 WORK ORDER NUMBER 3
This Work Order Number 3 is entered into as of this 21 day of February , 20 12
pursuant to that certain Continuing Contract Agreement for Professional Services entered into as
of November 15, 2011 (the "Agreement" ) , by and between INDIAN RIVER COUNTY, a political
subdivision of the State of Florida ( "COUNTY" ) and Geosyntec Consultants , Inc . ( "Consultant" ) .
The COUNTY has selected the Consultant to perform the professional services set forth on
Exhibit 1 (Scope of Work), attached to this Work Order and made part hereof by this reference .
The professional services will be performed by the Consultant for the fee schedule set forth in
Exhibit 1 ( Fee Schedule ) , attached to this Work Order and made a part hereof by this reference .
The Consultant will perform the professional services within the timeframe more particularly set
forth in Exhibit 1 (Time Schedule ), attached to this Work Order and made a part hereof by this
reference all in accordance with the terms and provisions set forth in the Agreement . Pursuant to
paragraph 1 . 4 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 Work Order as of the date
first written above .
` 'AS
CONSULTANT : BOARD OF COUNTY COMMISSY;
Geosyntec Consultants, I OF INDIAN RIVER COUNTY
.� cr
By . ` By . ,
y Gary Wheeler , yan
Title : .5al / , � �/ � r �/�s �ol��7 4 ��ANRIvrffT%
BCC Approved Date , February 21 , 2012
Attest : J . K . B on, Cler f rt
B .
Deputy Clerk
Approved .
J seph A . Baird, County Adm nistrator
Approved as to form and legal sufficiency , ��-�
Alan S. Polackwich, Sr., County Attorney
EXHIBIT I
PROFESSIONAL SERVICES
Geosyntec 1601 20 '1i Street
Vero Beach , Florida 32960
111 772 . 564 . 8717
Consultants 1 > x 772 . 778 . 4947
www . geosyntec . com
13 February 2012
Mr . Himanshu Mehta, P . E .
Managing Director
Solid Waste Disposal District
Indian River County
1325 74th Avenue SW
Vero Beach , Florida 32968
Subject : Work Order No. 3
Proposal for CQA and Engineering Support Services
Landfill Gas Flare Station Relocation Project
Indian River County Class I Landfill
Vero Beach, Indian River County, Florida
Dear Mr . Mehta :
Geosyntec Consultants (Geosyntec ) is pleased to submit this proposal to the Indian River County
( IRC ) Solid Waste Disposal District (SWDD ) for the provision of construction quality assurance
( CQA ) and engineering support services related to the relocation of the landfill gas ( LFG ) flare
station ( hereafter referred to as the Project) for the Class I Landfill at the IRC Landfill
( IRCL)
facility located in Vero Beach , Indian River County, Florida . The proposal presents the scope of
work, schedule , and budget estimate for the construction of the Project . The proposal was
prepared in response to a written request to Geosyntec from the SWDD sent via email on
30
January 2012 . Geosyntec has prepared this proposal as Work Order No . 3 for the Continuing
Contract Agreement for Professional Services between IRC SWDD and Geosyntec , dated 15
November 2011 .
The remainder of this proposal presents : ( i ) project background ; ( ii ) proposed scope of work ;
( iii ) budget estimate ; and ( iv ) schedule .
PROJECT BACKGROUND
The IRCL facility is located in southern Indian River County , east of Interstate 95 , south of Oslo
Road , and west of Rangeline Road in Vero Beach , Florida . Municipal Solid Waste ( MSW ) and
Construction and Demolition ( C & D ) debris are presently disposed off, commingled , in the Class
I landfill , operated by Republic Services Inc . ( RSI ) under a contract to SWDD . The active Class
I landfill includes Segments land 2 , and an Infill Area located between Segment 1 and Segment
XI . 12055L11 . 12014_.11 . 12014 _Propos� l fiu I . FCi Flare CQA K Engineering Support
Mr . Himanshu Mehta
13 February 2012
Page 2
2 . In addition , an area with a footprint of approximately 76 acres , located immediately east and
southeast of Segment 2 and , designated as Segment 3 Expansion , has been permitted by the
Florida Department of Environmental Protection ( FDEP ) for construction and operation of a
future Class I landfill capacity . Phase I of Cell 1 of the Segment 3 Expansion construction was
completed in October 201 1 . This phase involved placement of fill material to bring the grades to
the bottom of the liner system for the Cell 1 construction . Phase 2 of Cell I of the Segment 3
Expansion , which includes the installation of the liner and the leachate collection and removal
system , is in its procurement stage . Because the existing LFG flare station is currently located
within the footprint of Cell 1 , Phase 2 construction also includes its relocation to an area
northeast of the Segment 3 Expansion ,
Segments 1 and 2 and the Infill Area are equipped with landfill gas collection and control system
( GCCS ) . The extracted gas is piped by vacuum to the flare station where combustible
components ( mostly methane) are presently oxidized to carbon dioxide and water vapor prior to
discharging the gas to the atmosphere . In the future , the gas will be conveyed via a dedicated
pipeline from the flare station to the adjacent waste-to -ethanol facility, currently being
constructed north of the landfill site , where it will be used as supplemental fuel to the process by
lneos New Planet BioEnergy ( INPB ) under a contractual agreement with SWDD .
INPB has asked SWDD to advance the relocation schedule of the LFG flare station in order to
integrate the installation of the gas conveying system into the construction /operation schedule of
the wasteAo - ethanol facility . Responding to this request, SWDD requested Republic Services ,
Inc . ( RSI ) , the current landfill operator, to submit a proposal for early execution of
the flare
station relocation project ahead of Phase 2 construction of Cell 1 , in accordance with the terms of
service agreement between RSI and SWDD . RSI selected Golder Associates (Golder) , its
subcontractor for operation and maintenance (O & M ) of the GCCS , to undertake the LFG flare
station relocation project in accordance with Geosyntec design . In addition , SWDD asked
Geosyntec to submit a proposal to provide CQA and engineering support services required for
early execution of the LFG flare station relocation project . This proposal describes the services
to be provided in fulfillment of that request .
PROPOSED SCOPE OF WORK
This project includes professional engineering services that will be performed for the relocation
of the LFG flare station and associated work . The scope of services includes revision to the
scope of work of Phase 2 construction of Cell 1 to reflect the early completion of LFG flare
station relocation and field CQA and engineering support services for the LFG flare station
relocation project . For budgeting purposes , the scope of work will be performed in three phases
as follows :
XI . 12055 /.11 . 12014_J ► . 12014_Proposal for LFG flare CQA & Engineering Support
rt 1 : Y1l117I 1 1 ' t WWI i , I I1111wlhw'%
Mr . Himanshu Mehta
13 February 2012
Page 3
• Phase 1 - General Consulting/ Meeting Support/Project Management ;
• Phase 2 - Field CQA Services ; and
• Phase 3 - Construction Management and Engineering Support Services .
Each of these phases is briefly described below .
Phase 1 : General Consulting/Meeting Support/Project Management
Phase 1 normally consists of three components : general consulting, meeting support, and project
management . Geosyntec will provide SWDD with consulting services necessary to initiate the
Project as well as project management. To minimize the estimated budget of this task, meeting
support including attendance and preparation of meeting minutes is covered under Phases 2 and 3
of the Project.
Project management activities will include : budget and schedule tracking , invoice review , and
project communications , including the preparation of a monthly progress report . The project
report will include a description of the activities completed during the month and planned
activities for the following month . In addition , the progress report will identify any technical or
administrative issues that require SWDD ' s attention and the current status of the budget and
schedule .
Phase 2 : Field CQA Services
Geosyntec will provide on - site monitoring services for activities associated with construction of
the Project . Quality assurance monitoring, testing methods , test frequencies , and the reporting
requirements will be performed in accordance with the CQA Plan and applicable American
Society for Testing and Materials (ASTM ) Standards . The CQA services will be provided by a
CQA Senior Engineering Technician with technical and administrative support from the office .
The CQA Senior Engineering Technician will be responsible for CQA activities throughout the
Project including monitoring construction , coordinating soils and concrete testing, and
maintaining documentation of CQA activities at the site . Any non - conforming or questionable
practices observed by Geosyntec will be brought to the attention of the concerned parties for
review and correction .
Geosyntec will provide independent geotechnical and concrete materials QA/QC laboratory
testing related to the construction . Experienced laboratory technicians will perform the required
soils conformance tests in accordance with the test methods described in the Technical
X1 . 12055 /.11 . 12014_J1. 12014_Proposal for I TG Flare CQA & Engineering Support
� ; in � � � . � , n ^ inti • i , � inttnt : � l � � r ^,
Mr . 1-limanshu Mehta
13 February 2012
Page 4
Specifications . The test results will be reviewed by the certification Engineer and the CQA
Senior Engineering Technician . Summary reports of the laboratory conformance and field
performance test results will be compiled for inclusion in the certification report for the overall
Cell 1 — Segment 3 Expansion construction . It is also understood that Golder would provide
surveying services including preparation of as - built record drawings pertaining to the gas flare
relocation that would be signed and sealed by a registered surveyor for inclusion in the final
certification report for the overall Cell 1 — Segment 3 Expansion construction .
For budgeting purposes it has been assumed that the CQA Senior Engineering Technician will be
on site during five (5 ) of the Contractor ' s 8 -week construction schedule , representing the
duration of construction activities for which the project specifications requires CQA work . His
presence on site will be limited to 8 hours/day , 3 days per week during the 5 weeks of the &week
construction schedule . Geosyntec will coordinate with Contractor ' s construction crew to provide
monitoring and testing services for the critical components of the construction project .
Phase 3 : Construction Management and Engineering Support Services
Geosyntec will also provide construction management (CM ) and engineering support services
throughout the duration of the flare relocation schedule . CM activities will include conducting
weekly to bi -weekly construction meetings with the contractor, and assisting the contractor in
identifying critical construction tasks and material procurement activities . Geosyntec will also
evaluate Contractor payment requests , verify quantities and conformance with the plans and
specifications , and provide contract administration .
As part of this phase , Geosyntec will review contractor ' s submittals for conformance with the
project plans and specifications , and address any requests for clarification of information ( RCIs)
and design change notices ( DCNs ) . Upon completion of construction , Geosyntec will draft
construction completion letter for the SWDD Board ' s approval of contractor ' s final invoice .
BUDGET ESTIMATE
The following assumptions were used by Geosyntec in developing the budget estimate presented
below :
• The total project duration will be 8 weeks with an anticipated start date of 27 February
2012 .
CQA monitoring is budgeted for 8 hours per day , 3 days per week (24 hours per week)
for 5 weeks of the 8 -week construction schedule proposed by Golder .
XLI2055 /.11 . 12014 11A2014Proposal for LFG Flare CQA & Lngineering support
I `, I „ 1111111 - I1 lulu ) llm
Mr . Himanshu Mehta
13 February 2012
Page 5
• All hours worked on the landfill gas flare relocation project will be billed at the rates
indicated in the attached budget estimate with no premium charged for overtime .
• The Contractor will directly retain the services of a licensed professional land surveyor
for preparation of the as- built record drawings as described above .
• Geosyntec will minimize courier fees by exchanging information between SWDD and
Geosyntec via e - mail or facsimile and follow- up by regular mail . However, some courier
shipments may be unavoidable .
• Geosyntec will provide a nuclear moisture/density gauge for use by the CQA Senior
Engineering Technician . It is assumed that a proper overnight storage area for the gauge
will be provided . Other equipment that will be provided by Geosyntec will include ; field
computer, digital camera, data collectors , hand held GPS , and other miscellaneous field
equipment. Geosyntec has elected to provide this equipment at no cost to SWDD .
• Costs for expenses ( including gas , tolls , field sampling supplies , truck rental and other
project- specific purchases and expenses) will be invoiced at no additional increase or
surcharge .
• Geosyntec proposes to provide a rental /company vehicle for use by Geosyntec CQA
personnel on site at a daily unit rate of $ 80 . Due to recent rapidly rising fuels costs , the
daily unit rate for this vehicle does not include the costs of fuel and tolls which will
be
invoiced at cost .
A budget estimate for the scope of work outlined in Phase 1 through 3 of this proposal is
summarized in the following table , and a detailed budget estimate is provided as Attachment A .
Phase I — General Consulting/Meeting Support/ Project Management $ 018
Phase 2 — Field CQA Services $ 15 , 093
Phase 3 — CM and Engineering Support Services $ 7 , 035
TOTAL $ 30 , 746
Geosyntec will not exceed the cost estimate without prior approval and written authorization
from SWDD .
X1 . 12055 /11 , 12014 .IL12014_1'roposal for I FG flare CQA d 11;ngineering Support
Mr . Himanshu Mehta
13 February 2012
Page 6
SCHEDULE
Geosyntec scope of work and budget is based on the Contractor proposed schedule of eight
weeks plus one week for preparation of construction completion letter . Assuming a construction
start date by 28 February 2012 , the Project should be substantially complete by 5 May 2012
.
Upon verification of substantial completion , Geosyntec will issue a letter to SWDD
recommending release of the retainage and payment of final invoice .
CLOSURE
Geosyntec appreciates this opportunity to offer our services . If this proposal is acceptable , please
indicate your agreement by signing the attached work authorization , which references this
proposal . Please return one signed work authorization to Dr . Badu -Tweneboah ' s attention .
Please call either of the undersigned with questions you may have as you review this proposal .
Sincerely ,
Tanhum Goldshmid , Ph . D .
Senior Consultant/ Project Manager
Kwasi Badu - Tweneboah , Ph . D . . P . E .
Associate
Attachment
Copy to :
Dan Schauer, P . G . ( Geosyntec)
X1 , 12055 /.11. 12014 JI . 1201d_Proposal for ITG Flare CQn & Faigineering Support
ii ; iur ; ', � irii + i , t ' I iiuui : lnrs
ATTACHMENT A
DETAILED BUDGET ESTIMATE
COST ESTIMATE
PHASE 1 : PROJECT MANAGEMENT
Gas Flare Station Relocation
Indian River County Landfill Facility
Vero Beach, Florida
ITEM BASIS RATE QUANTITY ESTIMATED
COST
. Professional Services
a . Principal Hr $ 202 0 $ 0
b . Associate Hr $ 191 8 $ 1 , 528
c . Senior Professional Hr $ 168 32 $ 5 , 376
d . Project Engineer Hr $ 138 0 $ 0
e . Engineer Hr $ 120 0 $ 0
f . Senior Staff Engineer Hr $ 106 0 $ 0
Staff Engineer Hr $ 90 0 $ 0
Subtotal Professional Services $6 , 9041
Be Technical/Administrative Services
a . CADD Designer Hr $ 123 0 $ 0
b . Senior Drafter/Senior CADD Operator Hr $ 121 0 $ 0
c . Administrative Assistant Hr $ 84 0 $ 0
d . Technical Word Processor Hr $ 86 16 $ 1 , 376
e . Clerical Hr $ 51 0 $ 0
Subtotal Technical/Administrative Services $ 1 , 376
C . Reimbursables
a . Lodging Da $ 100 0 $ 0
b . Per Diem " Da $ 21 4 $ 84
c . Communications Fee 3 % Labor 0 . 03 $ 8 , 280 $248
d . CADD Computer System Hr $ 15 0 $ 0
e . Vehicle Rental & Fuel * Da $ 150 0 $ 0
f. 8" x11 " Photocopies Each $ 0 . 12 50 $6
CADD Drawings Each $ 3 0 $ 0
Subtotal Reimbursables $338
TOTAL ESTIMATED BUDGET : PHASE 01 8 618
COST ESTIMATE
PHASE 2 : FIELD CQA SERVICES
Gas Flare Station Relocation
Indian River County Landfill Facility
Vero Beach, Florida
ITEM BASIS RATE QUANTITY ESTIMATED
BUDGET
A. Professional Services
a . Principal hr $202 0 $0
b . Associate hr $ 191 0 $ 0
c . Senior Professional hr $ 168 0 $ 0
d . Project Engineer hr $ 138 0 $ 0
e . Engineer hr $ 120 0 $ 0
f. Senior Staff Engineer hr $ 106 0 $ 0
g . Staff Engineer hr $ 90 0 $ 0
Subtotal Professional Services $0
B. Technical/Administmtive Services
a . CQA Senior Engineering Technician hr $76 120 $ 9 , 120
c . Engineering Technician hr $ 59 0 $ 0
d . Senior CADD Operator hr $ 121 0 $ 0
e . Drafter/CADD Operator hr $75 0 $ 0
f. Technical /Administrative Assistant hr $ 84 0 $ 0
g . Technical Word Processor hr $ 86 0 $ 0
h . Clerical hr $ 51 0 $ 0
Subtotal Technical/Administrative Services $9, 120
C. Relmbumables
a . Lodgingweek $400 5 $2 , 000
b . Per Diem week $ 105 5 $ 525
c . Communications Fee 3 % labor 0 . 03 $ 9 , 120 $ 274
d . CADD Computer System hr $ 15 0 $ 0
e . Geotechnical Lab Testing est $ 1 , 324 1 $ 1 , 324
f . Geos nthetics Lab Testing est $7 , 500 0 $ 0
g . Vehicle Rental week $ 320 . 00 5 $ 1 , 600
h . Computer , Data Collectors , Camera week $25 . 00 0 $ 0
i . Field Supplies week $ 50 . 00 5 $250
j . Consumables week $ 75 . 00 0 $ 0
k . 8 . 5x11 " Photocopies each $ 0 . 12 0 $ 0
I . CADD Photocopies each $ 3 0 $ 0
Subtotal Reimbursables $5, 973
TOTAL ESTIMATED BUDGET : PHASE 02 15 093
COST ESTIMATE
PHASE 3 : CONSTRUCTION SUPPORT SERVICES
Gas Flare Station Relocation
Indian River County Landfill Facility
Vero Beach, Florida
ITEM BASIS RATE QUANTITY ESTIMATED
COST
A. Professional Services
a . Principal Hr $202 0 $ 0
b . Associate Hr $ 191 8 $ 1 , 528
c . Senior Professional Hr $ 168 24 $4 , 032
d . Project Engineer Hr $ 138 0 $ 0
e . Engineer Hr $ 120 0 $ 0
f. Senior Staff Engineer Hr $ 106 0 $ 0
q . Staff Engineer Hr $ 90 0 $ 0
Subtotal Professional Services $50660
B. Technical/Administrative Services
a . CADD Designer Hr $ 123 0 $ 0
b . Senior Drafter/Senior CADD Operator Hr $ 121 0 $ 0
c . Administrative Assistant Hr $ 84 0 $ 0
d . Technical Word Processor Hr $ 86 8 $688
e . Clerical Hr $ 51 0 $ 0
Subtotal Technical/Administrative Services $688
C . Reimbursables
a . Lodging Da $ 100 0 $ 0
b . Per Diem * Da $ 21 0 $ 0
c . Communications Fee 3 % Labor 0 . 03 $6 , 248 $ 187
d . CADD Computer System Hr $ 15 0 $ 0
e . Vehicle Rental & Fuel * Da $ 150 4 $600
f. Report Reproduction Each $ 125 . 00 0 $ 0
g . CADD Drawings Each $ 3 0 $ 0
Subtotal Reimbursables $787
TOTAL ESTIMATED BUDGET : PHASE 03 7 036