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