Loading...
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