Loading...
HomeMy WebLinkAbout2012-231 rte. lig / � � WORK ORDER NUMBER 6 This Work Order Number 6 is entered into as of this 18 day of December 20 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 . CONSULTANT: BOARD OF COUNTY COMMISSIONERS _ - Geosyntec Consultants, Inc. OF INDIAN RIVER COUNTY rprgtlgqtlqtltltly4y , B MiSS/p NF9� , By , C Title : Vice President _ BCC Approved Date , December .181 2012 It o • Attest : Jeffrey R. Smith, rk of Court an ompfia R�pv ° raarrtlr •+" By : Deputy Clerk Approved : J seph A. Baird, County Administrator. Approved as to form and legal sufficiency : Alan S. Polak wick, Sr,', County Attney rte. lig / � � WORK ORDER NUMBER 6 This Work Order Number 6 is entered into as of this 18 day of December 20 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 . CONSULTANT: BOARD OF COUNTY COMMISSIONERS _ - Geosyntec Consultants, Inc. OF INDIAN RIVER COUNTY rprgtlgqtlqtltltly4y , B MiSS/p NF9� , By , C Title : Vice President _ BCC Approved Date , December .181 2012 It o • Attest : Jeffrey R. Smith, rk of Court an ompfia R�pv ° raarrtlr •+" By : Deputy Clerk Approved : J seph A. Baird, County Administrator. Approved as to form and legal sufficiency : Alan S. Polak wick, Sr,', County Attney i i EXHIBIT I PROFESSIONAL SERVICES i i i I i i i 7 EXHIBIT 1 PROFESSIONAL SERVICES Geosynteccl i50oB th. street, Suite201 Vero Beach, Florida 32960 PH 772.564.8717 4, 8719 consultants FAX osynt c .com www.geosynteacom 5 December 2012 Mr. Himanshu Mehta, P .E . Managing Director Solid Waste Disposal District Indian River County 127 [ 07A +L A . , ..« . . .. OUT WORK ORDER NUMBER 6 L3 / This Work Order Number 6 is entered into as of this 18 day of December , 20 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 . CONSULTANT: BOARD OF COUNTY COMMISSIONERS Geosyntec Consultants, Inc . OF INDIAN RIVER COUNTY �..9 YYYYY N MI S/0 t0 , , . . . . . . . • NFA By' By' '•. `i � C Title : Vice President BCC Approved Date : December 18 2012 •� one Da *too 08 ,0N o Attest : Jeffrey R. Smith, rk of Court an omp�f° RgopsN;•``�a+ YYYYY YPYMp By : Deputy Clerk Approved : J seph A . Baird, County Administrator Approved as to form and legal sufficiency : Alan S. Polac wich, Sr., County Attney Geos to 15 20th Street Suite 201 960 `m Veroro Beach, Florida 32960 ` ` PH 772.564.8717 consultants FAx w.g 772.564. 8719 consultants www.geosynteacom 5 December 2012 Mr. Himanshu Mehta, P .E . Managing Director Solid Waste Disposal District Indian River County 1325 74th Avenue SW Vero Beach, Florida 32968 i Subject : Proposal to Provide Engineering and Construction Support Services Class I Landfill — Indian River County Landfill Facility 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) to provide engineering and construction support services 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 to provide engineering and construction support services for the Class I Landfill . The proposal was prepared in response to a request from Mr. Himanshu Mehta P .E. , Managing Director of SWDD, to Dr. Kwasi Badu-Tweneboah, P .E . of Geosyntec during a site visit/meeting on 16 November 2012 . Geosyntec has prepared this proposal as Exhibit 1 of Work Order No . 6 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) schedule ; and (iv) budget estimate . 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 1 and 2 , and an Infill Area located between Segment 1 and Segment 2 . Partial closure of the north and side slopes of Segment 2 and Infill Area as well as 4-acre lined vertical expansion cell on top of Segment 1 were constructed in 2009 . NCP2012V{L12289VL12097 engineers ! scientists I innovators Mr. Himanshu Mehta; P. E. 5 December 2012 Page 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, was permitted by the Florida Department of Environmental Protection (FDEP) for construction and operation of a future Class I landfill capacity in 2011 . Phase 1 construction of Cell 1 of the Segment 3 Expansion was completed in October 2011 . This phase involved placement and compaction of fill material to bring the grades to the bottom of the liner system '. This phase also included abandonment and installation of groundwater monitoring wells required by the Segment 3 Expansion permit. In addition, a new landfill road was constructed on top of the closed portions of Segment 2 and Infill Area to provide access to the vertical expansion cell and Infill Area. This road was to replace the then existing landfill access road in Segment 2 due to construction of Cell 1 of the Segment 3 Expansion . Phase 2 construction of Cell 1 of the Segment 3 Expansion, which includes the installation of the liner and leachate control systems , is in the final stages of completion . Because one of the monitoring well clusters , MW44, was located within the footprint of Cell 1 , this well cluster was not installed in 2011 because of potential damage by construction activities . However, this well cluster would have to be installed for FDEP to certify construction completion and allow waste placement in Cell I . In addition, the vertical expansion access road ditch has experienced severe erosion and Geosyntec has provided SWDD with design modification services as part of Work Order No . 4 for Phase 2 — Cell 1 construction . It is understood that SWDD would like to utilize the remaining contingency funds under the Phase 2 construction contract to construct the modifications to the ditch . Modifications to the ditch would require construction oversight by Geosyntec . This proposal addresses the engineering and construction support services required to install the remaining monitoring well cluster in Cell 1 , construction oversight for the vertical expansion access road ditch modification, and other miscellaneous engineering and technical support services . PROPOSED SCOPE OF WORK This proposal covers professional engineering and construction support services required for the Class I Landfill . Geosyntec will provide all engineering services necessary to complete the Project. For budgeting purposes , the scope of work has been divided into four phases , as presented below . • Phase 1 — General Consulting/Meeting Support/Project Management; • Phase 2 — Installation of Remaining Groundwater Monitoring Well Cluster, • Phase 3 — Construction Support Services , and • Phase 4 — Miscellaneous Engineering Support Services . - NCP2012\XL 12289VL 12097 engineers I scientists I . innovators i i EXHIBIT I PROFESSIONAL SERVICES Geos to 15 20th Street Suite 201 960 `m Veroro Beach, Florida 32960 ` ` PH 772.564.8717 consultants FAx w.g 772.564. 8719 consultants www.geosynteacom 5 December 2012 Mr. Himanshu Mehta, P .E . Managing Director Solid Waste Disposal District Indian River County 1325 74th Avenue SW Vero Beach, Florida 32968 i Subject : Proposal to Provide Engineering and Construction Support Services Class I Landfill — Indian River County Landfill Facility 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) to provide engineering and construction support services 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 to provide engineering and construction support services for the Class I Landfill . The proposal was prepared in response to a request from Mr. Himanshu Mehta P .E. , Managing Director of SWDD, to Dr. Kwasi Badu-Tweneboah, P .E . of Geosyntec during a site visit/meeting on 16 November 2012 . Geosyntec has prepared this proposal as Exhibit 1 of Work Order No . 6 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) schedule ; and (iv) budget estimate . 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 1 and 2 , and an Infill Area located between Segment 1 and Segment 2 . Partial closure of the north and side slopes of Segment 2 and Infill Area as well as 4-acre lined vertical expansion cell on top of Segment 1 were constructed in 2009 . NCP2012V{L12289VL12097 engineers ! scientists I innovators Mr. Himanshu Mehta, P. E. 5 December 2012 Page 3 Each of these phases is briefly described below. Phase 1 : General Consultina/Meeting Support/Proiect Management Phase 1 consists of three components : general consulting, meeting support, and project management . Geosyntec will provide SWDD with consulting services necessary to initiate the project. Geosyntec will prepare presentationgraphics, engineering drawings, and other documents required to support the Project' s meetings and coordination activities . 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 : Installation of Remaining Groundwater Monitoring Well Cluster The remaining groundwater monitoring well cluster, MW-44, will be installed prior to certification of construction completion and approval of Cell 1 by FDEP for waste placement. Geosyntec has solicited a quote from Environmental Drilling Service , Inc . (EDS) to serve as a drilling subcontractor to perform these services . It should be noted that EDS installed the previous wells as part of the Phase 1 construction contract. A copy of EDS ' proposal is included as Attachment A . Geosyntec has also solicited a 'quote from Peavey & Associates (Peavey) to survey the locations of the new groundwater monitoring wells and prepare the required drawing for submittal to FDEP . Peavey also provided similar services during the Phase 1 construction project and is currently being used by the Phase 2 construction contractor to provide surveying services for Cell 1 construction . A copy of Peavey ' s proposal is enclosed as Attachment B . A Geosyntec ' s hydrogeologist or geotechnical engineer will be on-site to supervise the work. Upon completion of the well installation, Geosyntec will develop the wells for sampling . The locations of the wells will be surveyed and a well completion report will be prepared and submitted to FDEP in accordance with the requirements of the Monitoring Plan Implementation Schedule (MPIS) . It has been assumed that the laboratory analyses will be performed by SWDD ' s contracted analytical laboratory and has therefore not been included in the budget estimate . NCP2012\XL 12289UL 12097 i engineers 1 scientists I innovators Mr. Himanshu Mehta, P. E . 5 December 2012 Page 4 Phase 3 : Construction Support Services Geosyntec will provide construction support services associated with construction of the modifications to the access road ditch, including the following tasks : (i) Quality Assurance and Quality Control (QA/QC) services; and (ii) construction management (CM) and engineering support services. Geosyntec will provide QA/QC services during construction of the Project. QA/QC monitoring, testing methods, test frequencies, and reporting requirements will be performed in accordance with the CQA Plan, Technical Specifications, and applicable portions of Chapter 62=701 , F .A . C . The work will be executed by a CQA Site Manager with support from the office managerial staff . as necessary . Geosyntec has assumed a 2-week construction schedule for the ditch modification project; however, the CQA Site Manager will be on site for a total of 6 days of the 10-day construction schedule out of the 10 -day work schedule . Geosyntec will therefore coordinate with the Contractor' s construction crew to provide monitoring and testing services for the critical components of the construction project. Geosyntec will also provide CM and engineering support services throughout the duration of the ditch modification . CM activities will include 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 . Phase 4 : Miscellaneous Enaineerina Support Services During the last construction progress meeting, John Hartings of Republic Services, Inc . (RSI) , the Class I landfill operator, requested waste grading drawings to delineate the limits of waste placement in Cell 1 . Geosyntec will utilize the permit drawings to prepare waste grading plan, cross sections and details showing the limits of waste placement in Cell 1 . Hard and electronic (in AutoCAD format) copies will be provided to RSI with hard copies to SWDD . SCHEDULE Geosyntec schedule is based on the assumption that the current Phase 2 construction contract including delays and change orders should be completed by mid-January 2013 . Therefore, the modifications to the access road ditch would be completed during this period . Installation of the remaining groundwater monitoring well cluster will be completed in January and prior to completion of the Cell 1 certification report and approval by FDEP . Thus, Cell 1 of the Segment 3 Expansion should be ready to accept waste in February 2013 . The waste grading drawings will be submitted to SWDD and RSI prior to FDEP approval of the certification report. NCP2012U{L12289UL12097 engineers 1 scientists f innovators Mr. Himanshu Mehta; P. E. 5 December 2012 Page 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, was permitted by the Florida Department of Environmental Protection (FDEP) for construction and operation of a future Class I landfill capacity in 2011 . Phase 1 construction of Cell 1 of the Segment 3 Expansion was completed in October 2011 . This phase involved placement and compaction of fill material to bring the grades to the bottom of the liner system '. This phase also included abandonment and installation of groundwater monitoring wells required by the Segment 3 Expansion permit. In addition, a new landfill road was constructed on top of the closed portions of Segment 2 and Infill Area to provide access to the vertical expansion cell and Infill Area. This road was to replace the then existing landfill access road in Segment 2 due to construction of Cell 1 of the Segment 3 Expansion . Phase 2 construction of Cell 1 of the Segment 3 Expansion, which includes the installation of the liner and leachate control systems , is in the final stages of completion . Because one of the monitoring well clusters , MW44, was located within the footprint of Cell 1 , this well cluster was not installed in 2011 because of potential damage by construction activities . However, this well cluster would have to be installed for FDEP to certify construction completion and allow waste placement in Cell I . In addition, the vertical expansion access road ditch has experienced severe erosion and Geosyntec has provided SWDD with design modification services as part of Work Order No . 4 for Phase 2 — Cell 1 construction . It is understood that SWDD would like to utilize the remaining contingency funds under the Phase 2 construction contract to construct the modifications to the ditch . Modifications to the ditch would require construction oversight by Geosyntec . This proposal addresses the engineering and construction support services required to install the remaining monitoring well cluster in Cell 1 , construction oversight for the vertical expansion access road ditch modification, and other miscellaneous engineering and technical support services . PROPOSED SCOPE OF WORK This proposal covers professional engineering and construction support services required for the Class I Landfill . Geosyntec will provide all engineering services necessary to complete the Project. For budgeting purposes , the scope of work has been divided into four phases , as presented below . • Phase 1 — General Consulting/Meeting Support/Project Management; • Phase 2 — Installation of Remaining Groundwater Monitoring Well Cluster, • Phase 3 — Construction Support Services , and • Phase 4 — Miscellaneous Engineering Support Services . - NCP2012\XL 12289VL 12097 engineers I scientists I . innovators Mr. Himanshu Mehta, P. E. 5 December 2012 Page 3 Each of these phases is briefly described below. Phase 1 : General Consultina/Meeting Support/Proiect Management Phase 1 consists of three components : general consulting, meeting support, and project management . Geosyntec will provide SWDD with consulting services necessary to initiate the project. Geosyntec will prepare presentationgraphics, engineering drawings, and other documents required to support the Project' s meetings and coordination activities . 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 : Installation of Remaining Groundwater Monitoring Well Cluster The remaining groundwater monitoring well cluster, MW-44, will be installed prior to certification of construction completion and approval of Cell 1 by FDEP for waste placement. Geosyntec has solicited a quote from Environmental Drilling Service , Inc . (EDS) to serve as a drilling subcontractor to perform these services . It should be noted that EDS installed the previous wells as part of the Phase 1 construction contract. A copy of EDS ' proposal is included as Attachment A . Geosyntec has also solicited a 'quote from Peavey & Associates (Peavey) to survey the locations of the new groundwater monitoring wells and prepare the required drawing for submittal to FDEP . Peavey also provided similar services during the Phase 1 construction project and is currently being used by the Phase 2 construction contractor to provide surveying services for Cell 1 construction . A copy of Peavey ' s proposal is enclosed as Attachment B . A Geosyntec ' s hydrogeologist or geotechnical engineer will be on-site to supervise the work. Upon completion of the well installation, Geosyntec will develop the wells for sampling . The locations of the wells will be surveyed and a well completion report will be prepared and submitted to FDEP in accordance with the requirements of the Monitoring Plan Implementation Schedule (MPIS) . It has been assumed that the laboratory analyses will be performed by SWDD ' s contracted analytical laboratory and has therefore not been included in the budget estimate . NCP2012\XL 12289UL 12097 i engineers 1 scientists I innovators Mr. H.imanshu Mehta, P. E . 5 December 2012 Page 5 BUDGET ESTIMATE A budget estimate for the scope of work outlined in Phases 1 through 4 of this proposal is summarized below, with a detailed budget estimate provided as Attachment C . Phase 1 : General Consulting/Meeting Support/Project Management $4, 159 Phase 2 : Installation of Remaining Groundwater Monitoring Well Cluster $ 119284 Phase 3 : Construction Support Services $9, 851 Phase 4 : Miscellaneous Engineering_Support Services $6,498 TOTAL $319792 Geosyntec will not exceed the cost 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, 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 proposal . Sincerely, Kwasi Badu=Tweneboah, Ph .D . , P . E . Associate Attachments NCP2012\XL 12289UL l 2097 engineers I scientists I innovators a w o d � H a A Mr. Himanshu Mehta, P. E . 5 December 2012 Page 4 Phase 3 : Construction Support Services Geosyntec will provide construction support services associated with construction of the modifications to the access road ditch, including the following tasks : (i) Quality Assurance and Quality Control (QA/QC) services; and (ii) construction management (CM) and engineering support services. Geosyntec will provide QA/QC services during construction of the Project. QA/QC monitoring, testing methods, test frequencies, and reporting requirements will be performed in accordance with the CQA Plan, Technical Specifications, and applicable portions of Chapter 62=701 , F .A . C . The work will be executed by a CQA Site Manager with support from the office managerial staff . as necessary . Geosyntec has assumed a 2-week construction schedule for the ditch modification project; however, the CQA Site Manager will be on site for a total of 6 days of the 10-day construction schedule out of the 10 -day work schedule . Geosyntec will therefore coordinate with the Contractor' s construction crew to provide monitoring and testing services for the critical components of the construction project. Geosyntec will also provide CM and engineering support services throughout the duration of the ditch modification . CM activities will include 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 . Phase 4 : Miscellaneous Enaineerina Support Services During the last construction progress meeting, John Hartings of Republic Services, Inc . (RSI) , the Class I landfill operator, requested waste grading drawings to delineate the limits of waste placement in Cell 1 . Geosyntec will utilize the permit drawings to prepare waste grading plan, cross sections and details showing the limits of waste placement in Cell 1 . Hard and electronic (in AutoCAD format) copies will be provided to RSI with hard copies to SWDD . SCHEDULE Geosyntec schedule is based on the assumption that the current Phase 2 construction contract including delays and change orders should be completed by mid-January 2013 . Therefore, the modifications to the access road ditch would be completed during this period . Installation of the remaining groundwater monitoring well cluster will be completed in January and prior to completion of the Cell 1 certification report and approval by FDEP . Thus, Cell 1 of the Segment 3 Expansion should be ready to accept waste in February 2013 . The waste grading drawings will be submitted to SWDD and RSI prior to FDEP approval of the certification report. NCP2012U{L12289UL12097 engineers 1 scientists f innovators Mr. H.imanshu Mehta, P. E . 5 December 2012 Page 5 BUDGET ESTIMATE A budget estimate for the scope of work outlined in Phases 1 through 4 of this proposal is summarized below, with a detailed budget estimate provided as Attachment C . Phase 1 : General Consulting/Meeting Support/Project Management $4, 159 Phase 2 : Installation of Remaining Groundwater Monitoring Well Cluster $ 119284 Phase 3 : Construction Support Services $9, 851 Phase 4 : Miscellaneous Engineering_Support Services $6,498 TOTAL $319792 Geosyntec will not exceed the cost 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, 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 proposal . Sincerely, Kwasi Badu=Tweneboah, Ph .D . , P . E . Associate Attachments NCP2012\XL 12289UL l 2097 engineers I scientists I innovators ENVIRONMENTAL DRILLING SERVICE , INC . ; QUOTATION 4712 OLD WINTER GARDEN ROAD ORLANDO , FL 32811 Quote Number. 14735 Quote Date : Nov 27, 2012 Page : 1 Voice: 407 295 3532 Fax: 407 296 3957 GeoSyntec Consultants 1200 Riverplace Blvd Suite 710 Jacksonville , FL 32207 w GEOSYNTECJAX 1227/12 Net 30 Days INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT, : VERO BEACH , INDIAN RIVER CO, FL Scope of work: Install 1 - 2"x25' and 1 - 2 "x45' MW with SPTs @ V intervals in conjunction with well install , Steel Above Grade Protector set in 24"x24"x6" concrete apron , each well with 4 - 4" PVC cement filled bollards Days to complete : 1 day 70 .00 2- 0 per ft, 2" Well Install 23 .00 1 ,610 .00 70 .00 SPT Split Spoon Sampling @ 5' intervals in 6.00 420.00 conjunction with well install 2000 DP Decon Procedure, ea . 75 .00 150.00 2 .00 WD hours , Well Development 100 .00 200 .00 2 .00 WCAGP Well Completion : Steel AGP (as noted in 200. 00 400.00 SOW above) 8 .00 each , 4" PVC cement filled bollards 50 .00 400 .00 1 .00 PR Permit - Indian River Co 100.00 100 .00 1 .00 Mob Mobilization 300 .00 300.00 Subtotal 31580 .00 Sales Tax Freight a . i i i ATTACHMENT B SURVEYING PROPOSAL a w o d � H a A ENVIRONMENTAL DRILLING SERVICE , INC . ; QUOTATION 4712 OLD WINTER GARDEN ROAD ORLANDO , FL 32811 Quote Number. 14735 Quote Date : Nov 27, 2012 Page : 1 Voice: 407 295 3532 Fax: 407 296 3957 GeoSyntec Consultants 1200 Riverplace Blvd Suite 710 Jacksonville , FL 32207 w GEOSYNTECJAX 1227/12 Net 30 Days INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT, : VERO BEACH , INDIAN RIVER CO, FL Scope of work: Install 1 - 2"x25' and 1 - 2 "x45' MW with SPTs @ V intervals in conjunction with well install , Steel Above Grade Protector set in 24"x24"x6" concrete apron , each well with 4 - 4" PVC cement filled bollards Days to complete : 1 day 70 .00 2- 0 per ft, 2" Well Install 23 .00 1 ,610 .00 70 .00 SPT Split Spoon Sampling @ 5' intervals in 6.00 420.00 conjunction with well install 2000 DP Decon Procedure, ea . 75 .00 150.00 2 .00 WD hours , Well Development 100 .00 200 .00 2 .00 WCAGP Well Completion : Steel AGP (as noted in 200. 00 400.00 SOW above) 8 .00 each , 4" PVC cement filled bollards 50 .00 400 .00 1 .00 PR Permit - Indian River Co 100.00 100 .00 1 .00 Mob Mobilization 300 .00 300.00 Subtotal 31580 .00 Sales Tax Freight a . Peavey & Associates Surveying & Mapping PA LL 690 Alice Place, Bartow, F133830 AML Phone: 863 -738-4960 (=>-• 7ti, Email : DebPeavey(a)verizon.net November 28 , 2012 Ramil G . Wares , Ph . D . Geosyntec Consultants 1200 Riverplace Boulevard, Suite 710 Jacksonville, Florida 32207 RE : Indian River County Solid Waste Disposal District Vero Beach , Indian River County, Florida Dear Mr. Mijares : I am pleased to offer the following proposal for surveying services at the above referenced project location . 1 . SCOPE OF SERVICES The project consists of the following surveying services located at the above location as follows . Survey TOC (northing, easting and elevation in NGVD29) for 2 individual wells (MW44S and MW.44I) . Survey shall be prepared in accordance with the FDEP permit. Providing three (3 ) signed; and sealed hard copies and electronic file . 2 . REQUIREMENTS OF CLIENT Receipt of an executed agreement. 3 . PROFESSIONAL FEES Compensation for the outlines services will be on a lump sum basis of $ 1 , 200 . 00 billed at the completion of work . 4 . ACCEPTANCE OF TERMS Services requested by the CLIENT not listed in the above scope of work will be provided on a time and material basis in accordance with the "Hourly Rate Schedule" attached hereto as Exhibit "A" . Peavey & Associates Page 1 .of 2 Surveying and Mapping PA Peavey & Associates - Surveying & Mapping PA 690 Alice Place, Bartow, F133830 Phone: 863"7384960 Email : DebPeavoyaa .verizon . net If the proceeding is satisfactory to you, please return a signed copy of this Agreement. Invoicing will occur monthly based upon the percentage or hours of work completed . Sincerely, Deborah L . Peavey, PSM Agreed to and accepted by . Owner or Owner' s Authorized Agent Date EXHIBIT A HOURLY RATE SCHEDULE Senior Project Surveyor 100 . 00 Survey Crew 100 . 00 Administrative/Clerical 50. 00 Peavey & Associates Page 2 Of 2 Surveying and Mapping PA i i i ATTACHMENT B SURVEYING PROPOSAL Peavey & Associates Surveying & Mapping PA LL 690 Alice Place, Bartow, F133830 AML Phone: 863 -738-4960 (=>-• 7ti, Email : DebPeavey(a)verizon.net November 28 , 2012 Ramil G . Wares , Ph . D . Geosyntec Consultants 1200 Riverplace Boulevard, Suite 710 Jacksonville, Florida 32207 RE : Indian River County Solid Waste Disposal District Vero Beach , Indian River County, Florida Dear Mr. Mijares : I am pleased to offer the following proposal for surveying services at the above referenced project location . 1 . SCOPE OF SERVICES The project consists of the following surveying services located at the above location as follows . Survey TOC (northing, easting and elevation in NGVD29) for 2 individual wells (MW44S and MW.44I) . Survey shall be prepared in accordance with the FDEP permit. Providing three (3 ) signed; and sealed hard copies and electronic file . 2 . REQUIREMENTS OF CLIENT Receipt of an executed agreement. 3 . PROFESSIONAL FEES Compensation for the outlines services will be on a lump sum basis of $ 1 , 200 . 00 billed at the completion of work . 4 . ACCEPTANCE OF TERMS Services requested by the CLIENT not listed in the above scope of work will be provided on a time and material basis in accordance with the "Hourly Rate Schedule" attached hereto as Exhibit "A" . Peavey & Associates Page 1 .of 2 Surveying and Mapping PA ATTACHMENT C DETAILED BUDGET ESTIMATE 1 i I BUDGET ESTIMATE PHASE 1 : PROJECT MANAGEMENT Engineering and Construction Support Services Class 1 Landfill, Indian River 'County Landfill Facility Vero Beach, ; Florida ITEM BASIS RATE QUANTITY ESTIMATED BUDGET X. a. Principal Hr $202 0 $0 b . Associate Hr $ 191 6 $ 1 , 146 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 12 $ 19272 g . Staff Engineer Hr $90 0 $0 Subtotal Professional Services $2418 , a. CADD Designer Hr $ 123 0 $0 b. Senior Drafter/Senior CADD Operator Hr $ 121 0 $0 c: Administrative Assistant Hr $84 12 $ 1 , 008 d . Technical Word Processor Hr $86 0 $0 e. Clerical Hr $51 12 $612 Subtotal Technical/Administrative Services $ 1 ,620 a . Lodging Da $ 100 0 $0 b. Per Diem Da $21 0 $0 c. Communications Fee 3% Labor 0 . 03 $4 , 038 $ 121 d . CADD Computer System Hr $ 15 0 $0 e . Vehicle Rental & Fuel Da $ 150 0 $0 f. 8"x11 " Photocopies Each $0. 12 0 $0 . CADD Drawings Each $3 0 $0 Subtotal Reimbursables $121 Peavey & Associates - Surveying & Mapping PA 690 Alice Place, Bartow, F133830 Phone: 863"7384960 Email : DebPeavoyaa .verizon . net If the proceeding is satisfactory to you, please return a signed copy of this Agreement. Invoicing will occur monthly based upon the percentage or hours of work completed . Sincerely, Deborah L . Peavey, PSM Agreed to and accepted by . Owner or Owner' s Authorized Agent Date EXHIBIT A HOURLY RATE SCHEDULE Senior Project Surveyor 100 . 00 Survey Crew 100 . 00 Administrative/Clerical 50. 00 Peavey & Associates Page 2 Of 2 Surveying and Mapping PA ATTACHMENT C DETAILED BUDGET ESTIMATE BUDGET ESTIMATE PHASE 2 : INSTALLATION OF REMAINING GROUNDWATER WELL CLUSTER Engineering and Construction Support Services Class I Landfill, Indian River County Landfill Facility Vero Beach, ' Florida ITEM BASIS RATE QUANTITY ESTIMATED BUDGET AA a . Principal hr $202 0 $0 b. Associate hr $ 191 6 $ 1 , 146 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 24 $2 , 544 . Staff Engineer hr $90 0 $0 Subtotal Professional Services F $3 690 MAa . CQA Senior Engineering Technician hr $76 0 $0 b . Engineering Technician hr $59 0 $0 c. Senior CADD Operator hr $ 121 8 $968 d . Drafter/CADD Operator hr $75 0 $0 e. Technical/Administrative Assistant hr $84 0 $0 f. Technical Word Processor hr $86 6 $516 Q . Clerical hr $51 0 $0 Subtotal Technical/Administrative Services $ 1j484 �. ,, .. _ m a . Lodging da $ 100 1 $ 100 b . Per Diem da $21 1 $21 c. Communications Fee 3% . labor 0 . 03 $5174 $ 155 d . CADD Computer System hr $ 15 8 $ 120 e . Geotechnical Lab Testing est $ 1 , 324 0 $0 f. Geos nthetics Lab Testing est $7 , 500 0 $0 . Vehicle Rental 1 $ 100 . 00 1 $100 h . Drilling Subcontractor est $4 000 . 00 1 . 07 $4, 280 i . Surveying Subcontractor est $ 1 200 . 00 1 . 07 $ 1 ,284 ' . Field Supplies week $50 . 00 1 $50 k . Consumables week $75 . 00 0 $0 I . 8 . 5"x11 " Photocopies each $0 . 12 0 $0 m . CADD Photocopies M each M $3 0 $0 Subtotal Reimbursables $6110 W Or 0 i BUDGET ESTIMATE PHASE 3 : CONSTRUCTION SUPPORT SERVICES Engineering and Construction Support Services Class I Landfill, Indian River County Landfill Facility Vero Beach, Florida ITEM BASIS RATE QUANTITY ESTIMATED BUDGET A 019W � � w a. Principal hr $202 0 $0 b. Associate hr $ 191 6 $ 1 , 146 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 16 $ 1 ,696 g . Staff Engineer hr $90 0 $0 Subtotal Professional Services $21842 OW ,SWROM 79MM MW FUMEr a. CQA Senior Engineeringg Technician hr $76 60 $4 , 560 b . Engineering Technician hr $59 0 $0 c. Senior CADD Operator hr $ 121 0 $0 d . Drafter/CADD Operator hr $75 0 $0 e. Technical/Administrative Assistant hr $84 0 $0 f. Technical Word Processor hr $86 8 $688 a . Clerical hr $51 0 $0 Subtotal Technical/Administrative Services $692481 a . Lodging da $ 100 6 $600 b. Per Diem da $21 6 $ 126 c. Communications Fee 3% 'labor 0 . 03 $8 , 090 $243 d . CADD Computer System hr $ 15 0 $0 e . Geotechnical Lab Testing est $ 1 , 324 0 $0 f. Geos nthetics Lab Testing est $7 , 500 0 $0 . Vehicle Rental da $80 . 00 6 $480 h . Computer, Data Collectors , Camera week $25 . 00 2 $50 i. Field Supplies week $50 . 00 2 $ 100 ' . Consumables week $75 . 00 2 $ 150 k. 8 . 5"x11 " Photocopies each $0 . 12 100 $ 12 I . CADD Photocopies each $3 0 $0 Subtotal Reimbursables $ 1 761 MMMM1010 . 1 i I BUDGET ESTIMATE PHASE 1 : PROJECT MANAGEMENT Engineering and Construction Support Services Class 1 Landfill, Indian River 'County Landfill Facility Vero Beach, ; Florida ITEM BASIS RATE QUANTITY ESTIMATED BUDGET X. a. Principal Hr $202 0 $0 b . Associate Hr $ 191 6 $ 1 , 146 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 12 $ 19272 g . Staff Engineer Hr $90 0 $0 Subtotal Professional Services $2418 , a. CADD Designer Hr $ 123 0 $0 b. Senior Drafter/Senior CADD Operator Hr $ 121 0 $0 c: Administrative Assistant Hr $84 12 $ 1 , 008 d . Technical Word Processor Hr $86 0 $0 e. Clerical Hr $51 12 $612 Subtotal Technical/Administrative Services $ 1 ,620 a . Lodging Da $ 100 0 $0 b. Per Diem Da $21 0 $0 c. Communications Fee 3% Labor 0 . 03 $4 , 038 $ 121 d . CADD Computer System Hr $ 15 0 $0 e . Vehicle Rental & Fuel Da $ 150 0 $0 f. 8"x11 " Photocopies Each $0. 12 0 $0 . CADD Drawings Each $3 0 $0 Subtotal Reimbursables $121 BUDGET ESTIMATE PHASE 2 : INSTALLATION OF REMAINING GROUNDWATER WELL CLUSTER Engineering and Construction Support Services Class I Landfill, Indian River County Landfill Facility Vero Beach, ' Florida ITEM BASIS RATE QUANTITY ESTIMATED BUDGET AA a . Principal hr $202 0 $0 b. Associate hr $ 191 6 $ 1 , 146 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 24 $2 , 544 . Staff Engineer hr $90 0 $0 Subtotal Professional Services F $3 690 MAa . CQA Senior Engineering Technician hr $76 0 $0 b . Engineering Technician hr $59 0 $0 c. Senior CADD Operator hr $ 121 8 $968 d . Drafter/CADD Operator hr $75 0 $0 e. Technical/Administrative Assistant hr $84 0 $0 f. Technical Word Processor hr $86 6 $516 Q . Clerical hr $51 0 $0 Subtotal Technical/Administrative Services $ 1j484 �. ,, .. _ m a . Lodging da $ 100 1 $ 100 b . Per Diem da $21 1 $21 c. Communications Fee 3% . labor 0 . 03 $5174 $ 155 d . CADD Computer System hr $ 15 8 $ 120 e . Geotechnical Lab Testing est $ 1 , 324 0 $0 f. Geos nthetics Lab Testing est $7 , 500 0 $0 . Vehicle Rental 1 $ 100 . 00 1 $100 h . Drilling Subcontractor est $4 000 . 00 1 . 07 $4, 280 i . Surveying Subcontractor est $ 1 200 . 00 1 . 07 $ 1 ,284 ' . Field Supplies week $50 . 00 1 $50 k . Consumables week $75 . 00 0 $0 I . 8 . 5"x11 " Photocopies each $0 . 12 0 $0 m . CADD Photocopies M each M $3 0 $0 Subtotal Reimbursables $6110 W Or 0 i BUDGET ESTIMATE PHASE 4 : MISCELLANEOUS ENGINEERING SUPPORT SERVICES Engineering and Construction Support Services Class I Landfill, Indian River County Landfill Facility Vero Beach, Florida ITEM BASIS RATE QUANTITY ESTIMATED � , . BUDGET , a „ . zx a. Principal Hr $202 0 $0 b . Associate Hr $ 191 8 $ 1 , 528 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 16 $ 1 ,696 . Staff Engineer Hr $90 0 $0 Subtotal Professional Services $32241a . CADD Designer Hr $ 123 0 $0 b . Senior Drafter/Senior CADD Operator Hr $ 121 20 $2 ,420 c . Administrative Assistant Hr $84 0 $0 d . Technical Word Processor Hr $86 4 $344 e . Clerical Hr $51 0 $0 Subtotal Technical/Administrative Services $2v764 l 4 � - � a . Lodging Da $ 100 0 $0 b . Per Diem Da $21 0 $0 c . Communications Fee 3% Labor 0 . 03 $5 , 988 $ 180 d . CADD Computer System Hr $ 15 20 $300 e . Vehicle Rental & Fuel Da $ 150 0 $0 f. Report Reproduction Each $ 125 . 00 0 $0 CADD Drawings Each $3 10 $30 Subtotal Reimbursables $610 i I BUDGET ESTIMATE PHASE 3 : CONSTRUCTION SUPPORT SERVICES Engineering and Construction Support Services Class I Landfill, Indian River County Landfill Facility Vero Beach, Florida ITEM BASIS RATE QUANTITY ESTIMATED BUDGET A 019W � � w a. Principal hr $202 0 $0 b. Associate hr $ 191 6 $ 1 , 146 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 16 $ 1 ,696 g . Staff Engineer hr $90 0 $0 Subtotal Professional Services $21842 OW ,SWROM 79MM MW FUMEr a. CQA Senior Engineeringg Technician hr $76 60 $4 , 560 b . Engineering Technician hr $59 0 $0 c. Senior CADD Operator hr $ 121 0 $0 d . Drafter/CADD Operator hr $75 0 $0 e. Technical/Administrative Assistant hr $84 0 $0 f. Technical Word Processor hr $86 8 $688 a . Clerical hr $51 0 $0 Subtotal Technical/Administrative Services $692481 a . Lodging da $ 100 6 $600 b. Per Diem da $21 6 $ 126 c. Communications Fee 3% 'labor 0 . 03 $8 , 090 $243 d . CADD Computer System hr $ 15 0 $0 e . Geotechnical Lab Testing est $ 1 , 324 0 $0 f. Geos nthetics Lab Testing est $7 , 500 0 $0 . Vehicle Rental da $80 . 00 6 $480 h . Computer, Data Collectors , Camera week $25 . 00 2 $50 i. Field Supplies week $50 . 00 2 $ 100 ' . Consumables week $75 . 00 2 $ 150 k. 8 . 5"x11 " Photocopies each $0 . 12 100 $ 12 I . CADD Photocopies each $3 0 $0 Subtotal Reimbursables $ 1 761 MMMM1010 . BUDGET ESTIMATE PHASE 4 : MISCELLANEOUS ENGINEERING SUPPORT SERVICES Engineering and Construction Support Services Class I Landfill, Indian River County Landfill Facility Vero Beach, Florida ITEM BASIS RATE QUANTITY ESTIMATED � , . BUDGET , a „ . zx a. Principal Hr $202 0 $0 b . Associate Hr $ 191 8 $ 1 , 528 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 16 $ 1 ,696 . Staff Engineer Hr $90 0 $0 Subtotal Professional Services $32241a . CADD Designer Hr $ 123 0 $0 b . Senior Drafter/Senior CADD Operator Hr $ 121 20 $2 ,420 c . Administrative Assistant Hr $84 0 $0 d . Technical Word Processor Hr $86 4 $344 e . Clerical Hr $51 0 $0 Subtotal Technical/Administrative Services $2v764 l 4 � - � a . Lodging Da $ 100 0 $0 b . Per Diem Da $21 0 $0 c . Communications Fee 3% Labor 0 . 03 $5 , 988 $ 180 d . CADD Computer System Hr $ 15 20 $300 e . Vehicle Rental & Fuel Da $ 150 0 $0 f. Report Reproduction Each $ 125 . 00 0 $0 CADD Drawings Each $3 10 $30 Subtotal Reimbursables $610 i I