HomeMy WebLinkAbout2011-123 5- 11- 11
AMENDMENT NUMBER 1 TO WORK ORDER NUMBER 28 15 • � � .
00 t
This Amendment 1 to Work Order Number 28 is entered into as of this 17
day of May , 2011 (" Effective Date " ) pursuant to that certain Continuing
Contract Agreement for Professional Services entered into as of August 10 , 2004 , and
amended effective July 24 , 2007 ( as so amended , the "Agreement" ) , by and between
Indian River County Solid Waste Disposal District , a dependent special district of Indian
River County , Florida ( " District" ) and Geosyntec, Inc . ( " Consultant" ) .
1 . The District has selected the Consultant to perform the professional services set
forth in existing Work Order Number 28 Effective Date 6 July 2010
2 . The District and the Consultant desire to amend this Work Order as set forth on
Exhibit 1 attached to this Amendment 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 and within the timeframe more particularly set forth in Exhibit 1 , all in accordance
with the terms and provisions set forth in the Agreement .
3 . From and after the Effective Date of this Amendment, the above - referenced
Work Order is amended as set forth in this Amendment . 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 Amendment to
Work Order as of the date first written above .
pg0° ° °Y°°y .•
CONSULTANT : INDIAN RIVER COUNTY SOLID �gd .co �gis ",
Geosyntec , Inc . WASTE DISPOSAL DISTRICT 0` •s%
-� �
By :
B .N
y
Thomas A Peel
Bob Solari , Clfnan a
Title : Vice President 0 -'
wo
Attest : arton I r Courts° A • . . . . •�'•���°°°
° 006
Deputy C er
proved :
A r\v--x JJ
ZPJ ' eph A . Bir , County dministrato roved as to form and leg I sufficiency :
County Attorney
EXHIBIT I
PROFESSIONAL SERVICES
Geory ` m t ^ c 1601 20th Street
JY l l G Vero Beach, Florida 32960
Pwi 770. 564 . 8717
Consultants FAX 772- . 778 .4947
wtivw. geosyntec . coin
19 April 2011
Mr. Himanshu Mehta, P . E .
Managing Director
Solid Waste Disposal District
Indian River County
1325 74th Avenue SW
Vero Beach , Florida 32968
Subject: Proposal to Provide Engineering Services for Construction Contract Procurement
Phase 2 — Construction of Cell 1 of Segment 3 Expansion
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 engineering support services
for construction contract procurement related to Phase 2 construction of Cell 1 of Segment 3
Expansion (hereafter referred to as the Project) of 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 design of the flare relocation , preparation of
construction and contract documents, development of engineer' s construction cost estimate and
construction procurement assistance .
The proposal was prepared in response to an 8 March 2011 request from Mr. Himanshu Mehta
P .E . , Managing Director of SWDD, during a telephone conversation with Dr . Kwasi Badu-
Tweneboah , P .E . of Geosyntec and subsequent telephone communications between Mr. Mehta,
Dr . Badu -Tweneboah and Dr. Tanhum Goldshmid , also of Geosyntec . Geosyntec has prepared
this proposal as Exhibit 1 of Addendum 1 to Work Order No . 28 for the Continuing Contract
Agreement for Professional Services between IRC SWDD and Geosyntec , dated 10 August 2004
and amended effective 11 August 2007 .
The remainder of this proposal presents : ( i ) project background ; (ii) proposed scope of work ;
(iii) schedule ; and (iv) budget estimate .
JL10086 Final
Mr . Hirnanshu Mehta, P . E .
9 April 2011
Page 2
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 . The SWDD administers the
management and operation of the Class I landfill at the IRCL facility . The Class I Landfill
includes Segment 1 , Segment 2 , and an Infill Area located between Segment 1 and Segment 2 .
Segment 1 is approximately 20 acres, unlined , and was initially closed in 1990 with a cover
system that included 8 - to 12 - in . thick compacted clay cap . Segment 2 , which is approximately
38 acres in total footprint, has a 60 -mil thick high -density polyethylene (HDPE) geomembrane
single liner . The Infill Area has : (i) a single composite liner comprised of a 60 -mil thick HDPE
geomembrane placed on top of 2 - ft thick compacted clay liner over a 5 -acre area between
Segment 1 and Segment 2 ; and (ii) a 60 - mil thick textured HDPE geomembrane single liner over
the 7 . 5 acres of the eastern side slopes of the closed Segment 1 landfill .
In October 2009, the SWDD completed the construction of the vertical expansion and partial
closure of the Class I Landfill . The vertical expansion extends the life of the Class I landfill until
January 2013 , based on current and projected waste acceptance rates . In order to meet the
requirements of the IRC 2030 Comprehensive Plan, SWDD needs to construct another cell to
provide the County with a minimum of five years of disposal capacity at the IRCL facility .
The Segment 3 Expansion is comprised of two previously permitted landfill cells including a 32 -
acre C &D disposal facility, Cell 2 , located east of Segment 2 that was permitted by the Florida
Department of Environmental Protection (FDEP) on 15 June 2007 and a 38 -acre Class I landfill ,
Segment 3 , located east of the sedimentation pond and south of Cell 2 , that was also permitted by
FDEP on 25 August 2008 . Because the SWDD has discontinued the practice of separate
disposal of C &D debris in an unlined disposal facility, but rather for co - disposal of C &D debris
in a Class I landfill comingled with municipal solid waste (MSW) , on behalf of SWDD,
Geosyntec submitted to FDEP on March 17 , 2010 a combined 5 -year renewal , and construct and
operate permit application for the Class I Landfill . The permit application also included a design
to convert the 32 -acre Cell 2 C &D disposal area to a Class I Landfill integrated with
the
previously permitted Segment 3 as well as a lateral expansion east of Segment 2 . On 9
December 2010, the FDEP issued the Intent to Issue the Permit for the renewal and expansion of
the Class I Landfill in accordance with the permit application prepared by Geosyntec . SWDD
published the FDEP ' s notice of intent in the Indian River Press Journal on 16 December 2010 ,
and Geosyntec submitted a letter on SWDD ' s behalf to FDEP requesting changes to the Draft
Permit on 16 February 2011 . The FDEP responded to this request on 11 March 2011 and issued
the Final Permit on 18 March 2011 .
JL10086 Final
( 11 inners Sscic ntisis i inllov.nears
Mr. Hilrlanshu Mehta, P . E .
19 April 2011
Page 3
On 8 March 2011 , the SWDD Board also approved Staff' s recommendation to award the Phase 1
construction contract ; contractor mobilization is anticipated by 4 April 2011 . Therefore , it is
necessary to proceed with the contract documents for construction of Cell 1 in order to provide
the additional disposal capacity required for the County .
The combined area of the 76 -acre footprint of Segment 3 Expansion represents the future
disposal capacity for the County, and is comprised of eight contiguous landfill cells which are
scheduled to be constructed in phases . The first phase consists of construction of Cell 1 , an area
of approximately 10 acres adjacent to the eastern slope of Segment 2 . The implementation of
this Project will be carried out in two phases, as follows :
Phase 1 : Site preparation activities consisting primarily of earthwork for construction of the
subgrade for Cell 1 and a vertical expansion access road ; the fill material will be obtained
from off- site borrow sources with the actual placement and compaction to be performed by
a contractor selected through the procurement process ; the SWDD Board authorized this
work order on 6 July 2010 and the request for bids from contractors was advertised by the
County on 9 December 2010 ; and a bid opening date of 17 February 2011 . On 8 March
2011 , the SWDD Board approved the selection of the firm of Guettler Brothers
Construction LLC , of Fort Pierce for the construction of the subgrade for Cell 1 and an
access road to the top of the existing Class I Landfill .
Phase 2 : Construction of the Cell 1 liner and leachate control systems , and improvements to
the stormwater management system and perimeter access roads, to be performed by a
contractor selected through the procurement process .
This proposal addresses the engineering and support services required to procure a construction
contract for Phase 2 of the Project, including preparation of construction documents, engineer ' s
construction cost estimate, and contractor procurement assistance . Geosyntec understands that
following the preparation of the construction bid documents and cost estimate , SWDD Staff
intends to request SWDD ' s Board authorization to commence the bidding process for the project .
PROPOSED SCOPE OF WORK
This project includes professional engineering and support services that will be performed for the
procurement of a construction contract for the 10 -acre Cell 1 of Segment 3 Expansion of the
Class I Landfill and the recommended improvements to the stormwater management system .
The scope of work is based on the requirements of Chapter 62 -701 , Florida Administrative Code
(FAC ) and Geosyntec ' s understanding of the Project based on information provided by the
SWDD .
J1, 10086-Final
( 11111incers I sdc.' lltiti ; s innovators
Mr. Himanshu Mehta, P . E .
19 April 2011
Page 4
Geosyntec will provide all engineering services necessary for the procurement of the
construction contract . For budgeting purposes , the scope of work has been divided into four (4)
phases, as presented below .
• Phase 1 — General Consulting/Meeting Support/Project Management ;
• Phase 2 — Flare System Relocation Design ;
• Phase 3 — Contractor Procurement Support Services ; and
0 Phase 4 — Miscellaneous Engineering and Technical Support Services .
Each of these phases is briefly described below .
Phase 1 — General Consulting/Meeting Support/Project 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 presentation graphics, engineering drawings, and other
documents required to support the Project ' s meetings and coordination activities .
A kickoff meeting with SWDD is proposed before the start of project activities so that the
specific project requirements can be discussed . If required by SWDD , Geosyntec will prepare
for and attend a meeting with the SWDD Board to explain the project scope and budget
requirements . In addition , review meetings will be held with SWDD as necessary during the
various phases of the project implementation schedule . Following each meeting, Geosyntec will
prepare meeting minutes that document decisions reached in the meetings . Geosyntec has also
budgeted for one meeting with FDEP Air Resources Program to discuss the relocation of the gas
flare station and its impact on the active gas collection and control system (GCCS) for the IRCL
facility . This meeting has been included based on preliminary discussions with Ms . Caroline
Shine, Air Programs Administrator of FDEP Central District .
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 .
For the purpose of this budget estimate, Geosyntec has included four meetings : ( i ) one kickoff
meeting with SWDD ; (ii) one meeting with the SWDD Board , if requested by SWDD ; (iii) one
JL10086 Final
t ' tigLnuTI—s I .sc; iC' niists intro tiors
Mr. Himanshu Mehta, P . E .
19 April 201 l
Page 5
meeting with the FDEP Air Resources Program ; and ( iv) one meeting with SWDD to present the
Construction Documents and the construction cost estimate . Additional meetings are addressed
in the remaining phases of this proposal .
Phase 2 — Flare System Relocation Design
The flare system was damaged in 2004 by hurricanes Frances and Jeanne and since then , had
been repaired and upgraded to withstand the damaging effects of future hurricanes . The
relocation of the flare system to a new site north of the present location may subject the flare
system to the risk of flooding and/or loss of power under hurricane conditions . Geosyntec will
investigate the elevation that the flare ' s platform must be raised at the new site to prevent
flooding, and design a backup system to maintain operation in the event of a loss of power.
A limited geotechnical investigation will be performed in the area designated for the relocation
of the existing flare to estimate the engineering properties of the existing subsurface strata and
evaluate their suitability for use as a foundation material for the flare system . The investigation
will include five (5 ) standard penetration tests ( SPTs) conducted up to 50 ft below land surface
(BLS), with blow counts and soil samples collected every 5 ft for the first 20 ft BLS , and every
10 ft thereafter. Drilling will be conducted by a third - party geotechnical drilling firm , contracted
and supervised by Geosyntec personnel on site . Select samples will be shipped to a geotechnical
testing laboratory for index properties tests .
Geosyntec has budgeted for one staff engineer to be on site for one day to conduct this work,
with additional time budgeted for data review and preparation of a geotechnical investigation
report which will be made a component of the Construction Documents under Phase 3 of this
project . A copy of the cost proposal for drilling services is included as Attachment A .
Geosyntec will also design the extension of the landfill gas pipeline to the relocated flare system
and a pipe line for disposal of condensate into the leachate conveyance system . Our budget
includes an allotment of $ 5 , 000 for an electrical engineering subcontractor to design the
reconnection of the electric power line to the relocated flare system and provision for powering
the flare system with a standby generator to ensure an uninterrupted operation during periods of
loss of power.
JL10086 Final
C411 tCiC'L ` 1"ti 4C lt' ("ll;1 'iCS 1 13-Inovatora
Mr. Himanshu Mehta, P . E .
19 Apri1201 l
Page 6
Phase 3 — Contractor Procurement Services
Under this phase, Geosyntec will prepare construction documents for procuring a construction
contractor for Phase 2 construction . This will include preparation of the request for bid (RFB )
documents ; attending the pre -bid meeting ; responding to bidders ' questions and preparing
required updates to the bidding document throughout the bids preparation process ; evaluating
bids ; and preparing a recommendation to SWDD of the prefer bid for Phase 2 construction . Our
budget is based on the assumption that the entire RFB package including the construction
drawings, specifications document, responses to questions and project update will be uploaded
by the County ' s Purchasing Division onto Demandstar website where it will be available for
downloading by candidate contractors wishing to respond to the RFB . For budgeting purposes ,
this phase has been broken down into three tasks, as described below .
Task 3. 1 : Preparation of Construction Documents
Geosyntec will prepare the construction documents (drawings , technical specifications, material
quantities, and CQA Plan) required to procure a contractor for Phase 2 construction of Cell 1 of
Segment 3 Expansion . Note that this phase of construction includes : ( i ) demolition of the four
manholes east of Segment 2 ; ( ii) construction of a new leachate conveyance system to convey
leachate from Segment 2 to a manhole north of the existing Class I landfill ; ( iii ) demolition of
the stormwater conveyance structures north and south of Segment 2 ; ( iv) re -routing of the
stormwater conveyance to the sedimentation pond ; (v) tie- in of the new liner system to existing
Segment 2 liner system ; and (vi) design of the foundation and pad system for the flare system
relocation .
Details of the demolition of the manholes and stormwater structures , construction of the new
leachate and stormwater conveyance systems as well as tie - in of the Cell 1 liner system to
Segment 2 liner system will require additional analyses and close coordination with SWDD and
its new landfill operator (Republic Services) . These components of the construction project all
occur on the northern and eastern slopes of Segment 2 (next to the access road to the existing
Class I Landfill ) and , therefore , will require close coordination between the construction
contractor and the landfill operator to avoid interruptions to construction activities and/or normal
landfill operations . In addition, all these activities generate waste materials that will have to be
removed from the construction area and properly disposed of with cooperation of the landfill
operator. SWDD may also be involved in the event of having to re-route the landfill traffic to
avoid interference with the construction work .
Another critical component of this project is the relocation of the existing gas flare to an area
north of Segment 3 Expansion footprint, near the yard waste processing area . Relocation of the
J1, 10086—Final
c, llk i tt 4 ' #'s I wc11' ic nti us i illnovalors
Mr. Himanshu Mehta, P . E .
9 April 2011
Page 7
gas flare will require temporarily shutting down the GCCS and controlling the vacuum to avoid
impacts to the closed portions of the landfill and also control odor problems . Again close
coordination between the landfill operator and construction contractor will be necessary .
Construction drawings will be prepared utilizing the Segment 3 Expansion Permit Drawings
prepared by Geosyntec and will include control points along changes in grade , and other critical
locations , including 50 - ft grid intervals , to facilitate construction and certification of the Project .
Technical Specifications and the CQA Plan will be compiled as part of the Construction
Documents . The specifications will be prepared using the industry- standard Construction
Specification Institute (CSI) format . Geosyntec will also prepare a bid sheet with estimate of
material quantities for the contractor procurement .
Task 3 .2 : Construction Cost Estimates
Geosyntec will prepare an Engineer ' s Estimate of Probable Construction Cost for the Project to
serve as a basis for comparison of bids during the procurement process . Probable construction
cost will be based on estimated construction quantities for the project and engineering estimate
of the probable unit cost for each item . Probable construction costs will be based on such
catalogues as R. S . Means, information provided by product manufacturers , and Geosyntec ' s
professional judgment and experience with similar expansion and liner system installation
projects .
Geosyntec will also prepare a construction schedule based on Geosyntec ' s understanding of the
project and experience with similar landfill construction projects .
Task 3.3 : Procurement Support Services
Geosyntec will provide the County ' s Purchasing Division a complete package of the RFB for
uploading onto the Demandstar website . SWDD will provide the front-end documents prepared
for Phase 1 to be modified by Geosyntec for incorporation into the RFB package .
Geosyntec will attend the pre-bid meeting with potential contractors to describe the Project and
its requirements and answer questions at the pre -bid meeting . During the bidding process ,
Geosyntec will respond to written questions by issuing addenda. Preparation of addenda may
require revisions to the Construction Drawings or material quantities as necessary to allow
comparison and evaluation of bids from the contractors . Geosyntec will manage the procurement
process , review and evaluate the bids submitted in compliance with the requirements of the RFB
process, and prepare a recommendation with supporting rational for the selection of the preferred
candidate contractor for construction of .Phase 2 of the Project .
JL10086 Final
cngillcet rs I scientkis 11111 ovIctlor`i
Mr . Himanshu Mehta, P . E .
9 Apri1201 1
Page 8
Phase 4 — Miscellaneous Engineering and Technical Support Services
Under this phase , Geosyntec will provide engineering assistance to SWDD in connection with
the operation and environmental compliance of the landfill site . This will include the following
two tasks :
• Task 4 . 1 — Review and comment on SWDD ' s updates of the Storm Water Pollution
Prevention Plan (SWPPP) and the Spill Prevention , Control and Countermeasures
( SPCC ) Plan for the landfill site ; and
• Task 4 . 2 — Other landfill operational and technical support services .
Each of these tasks is described below.
Task 4. 1 : Updating SWDD ' s SMTP and SPCC Plan for the Landfill Site
Geosyntec will review and comment on the latest SWDD ' s updates of the SWPPP and the SPCC
of the landfill site for completeness and compliance with EPA guidelines .
Task 4.2 : Other Landfill Operation and Technical Support Services
Geosyntec understands that SWDD has essentially privatized the complete solid waste
management operations services to Republic under the current contract . Therefore, Republic
will be responsible for operations and maintenance of not only the Class I Landfill (with respect
to solid waste disposal) but also for other components/systems at the site, including waste tire
site area, household hazardous waste facility, recycling storage and loading area, etc . Therefore,
the current landfill Operation Plan will have to be revised and updated to reflect changes in
responsibilities and address the additional services required to maintain compliance with the
FDEP permits . In addition, as part of the Notice of Intent to Issue the permit for the Class I
Landfill , the FDEP has requested SWDD to submit for review and approval a revised Operation
Plan addressing how C &D debris will be processed prior to being commingled for disposal in the
Class I Landfill in order to meet the 75 % recycling goal passed by the Florida legislators in 2010 .
This revised Operation Plan is to be submitted by May 1 , 2011 .
Geosyntec also anticipates providing other technical support services to SWDD, Republic and
NPE Ineos BioEnergy during the IRCL operations in 2011 . Geosyntec will respond to requests
for information , clarifications , plan drawings and details , and other requests from Republic and
NPE Ineos BioEnergy through SWDD .
J1, 10086-Final
Mr . HirnanShtl Mehta, P . E .
19 Apri1201 l
Page 9
SCHEDULE
Geosyntec has prepared a schedule for construction contract procurement of the Segment 3
Expansion , which is included as Attachment C . The schedule, as presented , assumes a start date
of 9 May, 2011 . The first two months will be used to complete the Phase 3 Construction
Drawings and other Construction Documents described above . Geosyntec assumes that the bid
package will be completed and ready for posting by 29 July 2011 . Geosyntec has assumed that
the procurement phase including obtaining Board authorization will extend over a period of two
to three months leading to the selection of the construction contractor by 6 December 2011 .
Geosyntec recognizes the importance of the schedule for SWDD and their need to obtain the
required disposal capacity from the first cell of Segment 3 Expansion of the Class I landfill .
Throughout the duration of the Project, Geosyntec will work diligently to meet those milestones
and the schedule developed for the Project .
BUDGET ESTIMATE
A budget estimate for the scope of work outlined in Phases 1 through 4 of this proposal is
summarized in the following table , and a detailed budget estimate is provided as Attachment D .
Phase 1 : General Consulting/Meeting Support/Project Management $27, 366
Phase 2 : Flare System Relocation Design $275730
Phase 3 : Contractor Procurement Services $ 755449
Phase 4 : Miscellaneous Engineering & Technical Support Services $ 29 , 145
TOTAL $ 1599690
Geosyntec will not exceed the cost estimate without prior approval and written authorization
from S WDD .
JL10086 Final
Mr. Himanshu Mehta, P . E .
19 April 201 1
Page 10
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,
Tanhum Goldshmid , Ph .D .
Senior Consultant
Kwasi Badu -Tweneboah , Ph . D . , P .E .
Associate
Attachments
JL10086 Final
( ' tttgl.ltC',crs scientists iluko %1�11 1-s
ATTACHMENT A
GEOTECHNICAL DRILLING PROPOSAL
ENVIRONMENTAL DRILLING SERVICE , INC .
4712 OLD WINTER GARDEN ROAD
ORLANDO , FL 32811 Quote Number: 13960
Quote Date : Apr 19 , 2011
Page : 1
Voice : 407 295 3532
Fax: 407 296 3957
GeoSyntec Consultants
1200 Riverplace Blvd
Suite 710
Jacksonville , FL 32207
Customer ID �� �� =, Good; Th �u Payment Terms � ; � ` les'' R 'ps
._ � . � � . . � . � � . m : �. . � . � sSa. �� ° . e �
GEOSYNTECJAX 5/19/11 Net 30 Days
ItemsA : ` ' ` . t_ . _ d = t Amount ,.
Description Unit Priv®
�. _. ,
INDIAN RIVER COUNTY SOLID WASTE
DISPOSAL DISTRICT , VERO BEACH ,
INDIAN RIVER CO , FL
250 . 00 SPT Continuous to 25' then 10' intervals 9 . 00 2 , 250 . 00
250 . 00 SPT boring abandonment 2 . 00 500 . 00
1 . 00 PD Per Diem , per crew ,per night 300 . 00 300 . 00
1 . 00 Mob Mobilization 300 . 00 300 . 00
Subtotal 3 , 350 . 00
Sales Tax
Freight
TOTAL ' �fa��➢ 3,350 Oy0°
ATTACHMENT B
SURVEYOR PROPOSAL
%1r Peavey & Associates
' Surveying & Mapping PA
690 Alice Place, Bartow, Fl 33830
Phone : 863 -738-4960
Email : DebPeavey@verizon . net
June 9 , 2010 (revised phase 1 )
Mr. Kwasi Badu- Tweneboah, Ph . D . P. E .
Geosyntec Consultants
1200 Riverplace Boulevard , Suite 710
Jacksonville , Florida 32207
RE : Phase 1 Construction — Segment 3 Expansion
Class 1 Landfill
Indian River County Solid Waste Disposal District
Vero Beach, Indian River County, Florida
Dear Mr. Badu - Tweneboah ,
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 :
PHASE 1 - Site Preparation Surveying
• Task One : Establish site control and staking 50 ' grid of the proposed
subgrade . ( staking for 2 days of crew time - for one time staking)
• Task Two-Monthly survey of the grades for measurement and payment
purposes for a total of 3 months . (there maybe additional work to include hourly
rate of survey crew ) .
• Task Three - As - built survey of the preparation of the final subgrade
surface .
• Task Four- Stakeout 10 locations of groundwater monitoring wells and
gas monitoring probes .
• Task Five- Survey TOC ( northing , easting and elevation in NGVD29 ) for
17 individual wells . Survey shall be prepared in accordance with the FDEP
permit . Providing three ( 3 ) signed and sealed hard copies and electronic file .
Peavey & Associates Page 1 of 3 Surveying and Mapping PA
Peavey & Associates
Surveying & Mapping PA
690 Alice Place, Bartow, Fl 33830
Phone: 863 -738 -4960
Email : DebPeavey@verizon . net
PHASE 2 - Cell Construction Surveying
• Task One : Pre - topo of the prepared subgrade surface .
• Task Two- As -built survey of the secondary geomembrance surface
• Task Three - As - built survey of the primary geomembrane surface .
• Task Four- As -built survey of the liner protective layer surface .
• Task Five - As -built of the leachate collection system corridor pipes ,
sumps , manholes , force main , etc .
• Task Six- As -built survey of the final surface
• Task Seven- Volume calculations for conformance check and for
measurement and payment purposes .
• Task Eight- Time for weekly meetings during cell construction phase ,
pre - construction meeting and 3 problem resolution meetings .
Survey shall be on a square grid spaced not wider than 50 feet . Five copies of the
final as -built drawings and electronic copy in Autodesk Land Desktop Release
2009 will be provided .
2 . REQUIREMENTS OF CLIENT
• Receipt of an executed agreement .
• Digital copy of the approved plans
• Hard copy of the approved plans
3 . PROFESSIONAL FEES
Compensation for the outlines services will be on a lump sum basis , billed
monthly for completion percentages of work in progress , as followed :
PHASE 1 -Site Preparation Surveying
Task One : 19990 . 00
Task Two : 3 , 550 . 00
Task Three : 29560 . 00
Task Four : 900 . 00
Task Five : 21180 . 00
* * These fees are for one time staking * * TOTAL $ 11 , 180 . 00
Peavey & Associates Page 2 of 3 Surveying and Mapping PA
Peavey & Associates
Surveying & Mapping PA
`` - 690 Alice Place, Bartow, Fl 33830
Phone : 863 -738-4960
Email : DebPeavev@verizon . net
PHASE 2 - Cell Construction Surveying
Task One : 2 , 560 . 00
Task Two : 1 , 980 . 00
Task Three : 19980 . 00
Task Four : 21560 . 00
Task Five : 29560 . 00
Task Six : 1 , 800 . 00
Task Seven : 530 . 00
Task Eight : 31800 . 00
TOTAL $ 17 , 770 . 00
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" .
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
Peavey & Associates Page 3 of 3 Surveying and Mapping PA
u*� Peavey & Associates
Surveying & Mapping PA
690 Alice Place, Bartow, Fl 33830
Phone: 863-738 -4960
Email : DebPeavey@verizon . net
EXHIBIT A
HOURLY RATE SCHEDULE
Senior Project Surveyor 95 . 00
Survey Crew 90 . 00
Administrative/Clerical 35 . 00
Peavey & Associates Page 4 of 3 Surveying and Mapping PA
ATTACHMENT C
PROJECT SCHEDULE
Segment 3 Expansion - Phase 2 Construction
Indian Riwr County Landfill
Solid Waste Disposal District
Vero Beach, Florida
ID Tack Name Duration r. Start Finish ' June 2010 July 2010_ ,August 201 ,September,October 20 November , December Jarwary 20 ' February
: March 201, And 2011 _;`.May 2011 , June2011 , Ju1y2011. August 2011 September_October 20 NNovember December ;January 20 F
I PHASE / - - - - - _ - - - Zai days, Thu V1110 Thu 7128111
2
Preparation of Bid Dowments 76 days, Thu 7/1110 Thu 1 11 0114/101'
'3 { Final Draft Bid Dowmente Delivered to IRC 1 day, Fd 10/15110': Fri 10/15110
4 Final Signed and Seated 8k Dowmente Delivered to IRC - - - 1 dayWed 11/3/10 Wind 1 i&Id
6 t Advertisement 1 day.. . . . Thu 12FJ/10 . . ..Thu 17/9/10'.
6 F Mandatory Pre-Bid MeetinglMaeting with Republic 1 day Thu 1/6111 ' Thu 1,6/11 ;
r. . .
t
7 , Bid Openirg 1 da , Thu 127/11 _ . _ Thu-f27/1l1
S Review and Selection 30 days' Fri 128/11 Thu 3/10/11
9 - Mobilization ._. ._. . _. _ .. . ..... .. - __. 4xks'_ _ Fri 3/1111 .. .. . Thu 42/11 '
10 Construction - Phase 1 16 vdcs Fri 4/8/11 . Thu 7128/11 . - -
12 .PXASE2 152 days - -Mon Sign Tue 121tin1 :
13 : Preparation of Bid Documents 12 vAcs Mon 5/9/1 h Fd 729/11 ']
14 � Prepare Requests for Bids Package - 10 dayst Mon 811/11 Fri &12/11 '
r
15 r Adverbsertrerrt - _ - 1 day, - Mon 8/15/11- Man 8/1911 j
16 , Mantlamry Pm-Bid Meeang - - - 1 daY; Wed 824/11 Wed 824/11
17'r _ Bids Preparation - 25 days - - Thu BQS)11 ' Wad 9/28111 , -
r
18 � Bids Review and Preparation of Agenda Package 12 days,. Thu 929/11 Fri 10/14!11
19 ; Procurement 31 days. Tue 10125111 Tue 1216111 '. -
.. . .... . . . . ... .._. r
SWDD BOartl Alaetrng and Gontrac4r Selection ' 1 day - - - Tue 1014 11 Tue 102911 : - r
s ..... ._. ` - .
21 Sebcted CorNactor Satisfies Contract Requirement __- - 29 days, Wed 1026/11 Mon 12/911 :, -
22 ; Chauman Executes Construction Contract 1 day; Tue 12/6M I Tue 12/6/11 '.
Project Seg. 3 Expansion_Phase I Task Progress Summary External Tasks Deadline ly
Date: Tue 4/19/11 SPIR
,.4 111 1111,.,,,„,,,,,. Mibstone Q Project Summary 7 '..;} External Milestone
Geosyntec Consullants
ATTACHMENT D
DETAILED BUDGET ESTIMATE
Table 1
BUDGET ESTIMATE
SEGMENT 3 EXPANSION - PHASE 2 CONSTRUCTION PROCUREMENT
CLASS I LANDFILL AND C& D DEBRIS DISPOSAL FACILITY
INDIAN RIVER COUNTY, FLORIDA
PHASE 1 - PROJECT MANAGEMENT/MEETINGS
ITEM BASIS RATE QUANTITY ESTIMATED
COST
A Professional Servicesn
a . Principal Hr $ 196 0 $ 0
b . Associate Hr $ 185 58 $ 10749
c . Senior Project Engineer Hr $ 163 44 $ 7 , 175
d . Project Engineer Hr $ 129 0 $ 0
e . Engineer Hr $ 112 30 $ 3 , 375
f. Senior Staff Engineer Hr $ 100 0 $ 0
g . Staff Engineer Hr $ 84 0 $0
Subtotal Professional Services $21 ,298
Be ,°Technical/Administrative Services
a . CADD Designer Hr $ 119 16 $ 1 , 910
b . Senior Drafter/Senior CADD Operator Hr $ 117 0 $ 0
c . Administrative Assistant Hr $ 81 0 $ 0
d . Technical Word Processor Hr $ 83 0 $0
e . Clerical Hr $ 50 38 $ 1 , 898
Subtotal Technical/Administrative Services $3, 809
C Reimbursables
a . Lodging Day $ 150 2 $ 300
b . Per Diem * Day $21 2 $42
c . Communications Fee 3 % Labor 0 . 03 $25 , 107 $753
d . CADD Computer System Hr $ 15 16 $ 240
e . Vehicle Rental & Fuel* Day $ 150 4 $ 600
f. 8"x11 " Photocopies Each $0 . 12 200 $24
g . CADD Drawings Each $ 3 100 $ 300
Subtotal Relmbursables $2, 259
TOTAL ESTIMATED BUDGET PHASE 1
: $27366 '
* In compliance with Section 112 . 061 F . S .
Table 2
BUDGET ESTIMATE
SEGMENT 3 EXPANSION = PHASE 2 CONSTRUCTION PROCUREMENT
CLASS I LANDFILL AND C& D DEBRIS DISPOSAL FACILITY
INDIAN RIVER COUNTY, FLORIDA
PHASE 2 : FLARE SYSTEM RELOCATION DESIGN
ITEM BASIS RATE QUANTITY ESTIMATED
COST
A. Pr ftssional Services
a . Principal Hr $ 196 0 $ 0
b . Associate Hr $ 185 30 $ 5 , 560
c . Senior Project Engineer Hr $ 163 4 $652
d . Project Engineer Hr $ 129 0 $ 0
e . Engineer Hr $ 112 6 $675
f. Senior Staff Engineer Hr $ 100 0 $ 0
g . Staff Engineer Hr $84 64 $ 5 , 391
Subtotal Professional Services $ 12y278
B: Technlcal/Administrative Services, I I Iz 1:44� f
a . CADD Designer Hr $ 119 38 $4 , 522
b . Senior CADD Operator Hr $ 113 0 $ 0
c . Drafter/CADD Operator Hr $70 0 $ 0
d . Technical/Administrative Assistant Hr $79 0 $ 0
e . Technical Word Processor Hr $ 80 8 $642
f. Clerical Hr $48 0 $ 0
Subtotal Technical/Administrative Services $5164
CALRelmbursable's`,
a . Lodging Da $ 100 1 $ 100
b . Per Diem * Da $ 21 1 $21
c . Communications Fee 3 % Labor 0 . 03 17442 $ 523
d . CADD Computer System Hr $ 15 38 $ 570
e . Drilling Subcontractor + 7 % markup) LS $ 3 , 350 1 . 07 $ 3 , 585
f. Laboratory Testing Services Est $ 300 1 . 07 $ 321
g . Vehicle Rental & Fuel* Da $ 150 1 $ 150
h . 8"x11 " Photocopies Each $0 . 12 100 $ 12
i . CADD Drawings Each $ 3 2 $6
j . Equipment Rental & Consumables Da $ 30 0 $ 0
k . Electrical Engineering Contractor Est $ 5 , 000 1 $ 5 , 000
Subtotal Relmbursables $ 16,'288
"TOTAL ESTIMATED BUDGET PHASE ' 2 ` "' 27 730 '
Table 3
BUDGET ESTIMATE
SEGMENT 3 EXPANSION - PHASE 2 CONSTRUCTION PROCUREMENT
CLASS I LANDFILL AND C & D DEBRIS DISPOSAL FACILITY
INDIAN RIVER COUNTY, FLORIDA
PHASE 3 - PROCUREMENT SUPPORT SERVICES
ITEM BASIS RATE QUANTITY ESTIMATED
COST
A , r6fess' lonal. Services
a . Principal Hr $ 196 0 $ 0
b . Associate Hr $ 185 86 $ 15 , 938
c . Senior Project Engineer Hr $ 163 62 $ 10 , 110
d . Project Engineer Hr $ 129 0 $ 0
e . Engineer Hr $ 112 84 $ 99449
f. Senior Staff Engineer Hr $ 100 68 $6 , 811
g . Staff Engineer Hr $ 84 94 $7 , 919
Subtotal Professional Services $50 ,226
B �Technlcal/Admin strative Seri ces ;
A4 , q ,
a . CADD Designer Hr $ 119 148 $ 17 , 670
b . Senior Drafter/Senior CADD Operator Hr $ 117 0 $ 0
c . Administrative Assistant Hr $ 81 0 $ 0
d . Technical Word Processor Hr $ 83 1 20 $ 1 , 662
e . Clerical Hr $ 50 0 $ 0
Subtotal Technical/Administrative Services $ 199331
is +
G Relmbursables ` ° '
�� yq
�> � - x _ _ !L iL `RV' s � ' p h
I ryy§xa
a . Lodging Day $ 150 4 $600
b . Per Diem * Day $ 21 4 $ 84
c. Communications Fee 3 % Labor 0 . 03 $ 69 , 558 $2 , 087
d . CADD Computer System Hr $ 15 80 $ 1 , 200
e . Vehicle Rental & Fuel * Day $ 150 2 $ 300
f. 8" x11 " Photocopies Each $ 0 . 12 1000 $ 120
g . CADD Drawings Each $ 3 500 $ 1 , 500
Subtotal Reimbursables $59891
TOTAL ESTIMATED BUDGET: PHASE 1 , $75449=
* In compliance with Section 112 . 061 F . S .
Table 4
BUDGET ESTIMATE
SEGMENT 3 EXPANSION - PHASE 2 CONSTRUCTION PROCUREMENT
CLASS I LANDFILL AND C& D DEBRIS DISPOSAL FACILITY
INDIAN RIVER COUNTY, FLORIDA
PHASE 4: MISCELLANEOUS ENGINEERING & TECHNICAL SUPPORT SERVICESS
ITEM BASIS RATE QUANTITY ESTIMATED
COST
A.�' Professional Services
a . Principal Hr $ 196 0 $ 0
b . Associate Hr $ 185 32 $ 5 , 930
c . Senior Project Engineer Hr $ 163 32 $ 5 , 218
d . Project Engineer Hr $ 129 0 $ 0
e . Engineer Hr $ 112 28 $ 3 , 150
f. Senior Staff Engineer Hr $ 100 0 $ 0
g . Staff Engineer Hr $ 84 56 $41717
Subtotal Professional Services $ 19 ,016
B. Technl''cal%Ad ministrative �SecuIces , . a ; r`' w, ° ' a µ _ , ` "# � �
`
a . CADD Designer Hr $ 119 60 $ 7 , 163
b . Senior Drafter/Senior CADD Operator Hr $ 117 0 $ 0
c . Administrative Assistant Hr $ 81 0 $ 0
d . Technical Word Processor Hr $ 83 8 $665
e . Clerical Hr $ 50 4 $200
Subtotal Technical/Administrative Services $8 ,028
C:jRe mbursables s ,
a . Lodging Day $ 100 0 $0
b . Per Diem * Day $ 21 0 $0
c . Communications Fee 3 % Labor 0 . 03 $27 , 044 $ 811
d . CADD Computer System Hr $ 15 60 $ 900
e . Vehicle Rental & Fuel * Day $ 150 2 $ 300
f. 8"x11 " Photocopies Each $0 . 12 500 $60
g . CADD Drawings Each $ 3 10 $ 30
Subtotal Relmbursables $2, 101
M" y TOTAL ESTIMATED BUDGET: .` PHA E< 4 ~ $28 '145=
n � � r
* In compliance with Section 112 . 061 F . S .