HomeMy WebLinkAbout2010-165 07 / 7 & Ir a
WORK ORDER NUMBER 28 U
This Work Order Number 28 is entered into as of this 6th day of
July 2010 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 . , a Florida corporation ( " Consultant " ) .
The District has selected the Consultant to perform the professional services set
forth on Exhibit 1 , 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 and within the timeframe more particularly set forth in Exhibit 1 , 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 .
GEOSYNTEC , INC . INDIAN RIVER COUNTY
SOL ASTE DISPOSAL DISTRICT
a
By : ��- � '
as peaa ° l� prrp
p 0 r
y ape°� . �l . . . ISS Oqr°�"S
FO• • �O °e
Title : Vice President a _�l\J'\(tp^}pA � ,�,^l\y, .0 ; Peter D . 0 ' Bryan (Chairman
a : dv\\\ J(/(J//J a
a
�§ttast : J . K . Barton , Clerk of Court
- Deputy Clerk
rrB6srtlrR COUN� ep°�+
pproved :
J eph A . Baird , County Administrator
A
proved as to form and legal sufficiency :
;-Assis County Attorney
SIDIANIS JVXOISS9dONd
I IIUIHXI
Geosyntec D 1601 20th Street
Vero Beach , Florida 32960
PW 772 . 564 . 8717
Consultants FAx 772 . 564 . 871
www. geosvntec . con,
14 .lune 2010
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 and Construction Support Services
Phase 1 — Site Preparation for 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 and construction
support services related to the Phase 1 activities for Cell 1 of Segment 3 Expansion of the Class i
Landfill (hereafter referred to as the Project) , at the IRC Landfill (IRCL) facility located in Vero
Beach , Florida. The Phase 1 activities pertain to site preparation of the subgrade of the
approximately 10 - acre Cell 1 footprint . The purpose of the Phase I activities is to expedite
construction of the liner system under a separate procurement contract . The proposal presents
the scope of work, schedule , and budget estimate for the : ( i ) preparation of construction
documents ; ( ii ) abandonment and installation of groundwater monitoring wells in accordance
with the MPIS of the 5 -year renewal application ; and ( iii ) construction - phase services for the site
preparation work .
The proposal was prepared in response to a verbal request from Mr . Himanshu Mehta P . E . ,
Managing Director of SWDD to Dr . Kwasi Badu -Tweneboah , P . E . of Geosyntec on 19 May
2010 . Geosyntec has prepared this proposal as Exhibit I of Work Order No . 28 for the
Continuing Contract Agreement for Professional Services between IRC SWDD and Geosyntec ,
dated 10 August 2004 and amended 1 1 August 2007 .
The remainder of this proposal is organized to present : ( i ) project background ; ( ii ) proposed
scope of work ; ( iii ) schedule ; and ( iv) budget estimate .
NC P2010/X L 101 12/J L 1 OO86A .doc
C M.YineCr`* I scientists I irtnovatoi-s
Mr. Himanshu Mehta, P . E .
14 June 2010
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 1 landfill at the IRCL facility . The Class I landfill
includes Segment 1 , Segment 2 , and the 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 would extend 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 .lune 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 1 landfill comingled with municipal solid waste ( MSW) , Geosyntec submitted , on
behalf of SWDD , a 5 -year renewal and a construct and operate permit application for the Class I
landfill that also included ades gn toconve he 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 , to FDEP on March 17 , 2010 . Geosyntec has subsequently prepared responses to the
first request for additional information ( R-Al ) on the permit application issued by FDEP on 16
April 2010 . SWDD is currently awaiting a decision on the completeness of the permit
application by FDEP .
The combined area of the 76 - acre footprint of Segment 3 Expansion represents the future
disposal capacity of 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
NCP2010/XL 101 12/J1, 10086A .doc
ell };inevI'S I Scientists I innovators
Mr . Himanshu Mehta, P . E .
14 June 2010
Page 3
of approximately 10 acres and 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 the earthwork for construction of
the subgrade for Cell 1 ; the fill material will be obtained from off- site borrow sources with
the actual placement and compaction to be performed either by SWDD staff and equipment
or by a contractor through the procurement process . It is understood that SWDD staff will
handle the procurement process . This phase also includes the abandonment and installation
of groundwater monitoring wells in accordance with the MPIS of the 5 -year renewal permit
application .
• Phase 2 : Construction of the Cell l 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 construction support services required to complete
Phase 1 of the Project, including preparation of construction documents , construction
management ( CM ) and construction quality assurance (CQA ) services during the placement and
compaction of the fill material for the subgrade .
PROPOSED SCOPE OF WORK
This project includes professional engineering and construction support services that will be
performed for the site preparation phase of the project . 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 .
Geosyntec will provide all engineering services necessary to complete the site preparation of the
site to facilitate construction of Cell 1 of the Segment 3 Expansion . The scope of services ,
therefore , includes construction - phase services , such as , providing SWDD with the relevant
construction drawings and technical specifications , CM , and CQA monitoring, testing , and
documentation services . The proposed budget and schedule are based on the understanding that
SWDD staff will undertake the initial site preparation activities by removing and disposing muck
and other foreign debris from the footprint of Cell 1 . SWDD staff will also demolish and
partially relocate the north - south surface water drainage ditch and perimeter road between
Segment 2 and Cell 2 of Segment 3 Expansion . However , placement, compaction , and grading
of off- site borrow soils for subgrade and the re - location of the surface water drainage ditch and
perimeter access road could be undertaken by either SWDD staff or a contractor . Regardless , the
scope of services to be performed by Geosyntec to ensure that the fill material is placed and
compacted in accordance with the project specifications and regulatory requirements will be the
NCP2010/XL 101 12/J 1. 10086A . doc
( Ylninvers Scientists innovators
Mr. Himanshu Mehta, P . E .
14 .lune 2010
Page 4
same . In addition , groundwater monitoring wells and perimeter monitoring gas probes within the
footprint of Cell 1 will have to be abandoned and new wells and gas probes installed at
the
appropriate location in accordance with the monitoring plan implementation schedule (MPIS ) for
the Class I Landfill and discussions with FDEP during the permitting process .
For budgeting purposes , the scope of work will be performed in four phases , as follows :
• Phase I - General Consulting/Meeting Support/ Project Management ;
• Phase 2 - Preparation of Construction Documents ;
• Phase 3 - Construction - Phase Services ; and
• Phase 4 - Installation and Abandonment of Monitoring Wells .
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 . 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 .
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 two meetings : ( i ) one kickoff
meeting with SWDD ; and ( ii) one meeting with SWDD following completion of Phase 2 .
Phase 2 - Preparation of Construction Documents
Geosyntec will prepare the construction documents (drawings , technical specifications , material
quantities , and CQA Plan ) required for SWDD to procure a supplier to provide adequate off- site
NCP2010/XL 101 12/J L 10086A , doc
en inCar's I sciciltists I innovators,
Mr. HlmanSllt► Mehta, P . E .
14 June 2010
Page 5
borrow soils and for SWDD or contractor to prepare the subgrade for Cell I of Segment 3
Expansion . Geosyntec understands that SWDD might include in the bid package an option for
the selected soil supplier to also provide material and prepare the subgrade for Cell 2 . Therefore ,
Geosyntec will include relevant information on Cell 2 subgrade in the construction documents .
It is anticipated that the following drawings will be prepared :
1 . Cover Sheet ;
2 . Existing Site Conditions ;
3 . Landfill Cell Layout Plan (will also show monitoring wells to be abandoned and
new wells to be installed ) ;
4 . Subgrade Grading Plan ;
5 . Construction Control Points Data;
6 . Perimeter Access Road Plan and Profile ;
7 . Vertical Expansion Access Road Plan and Profile ;
8 . Cross Sections and Details ;
9 . Surface Water Drainage System Details ; and
10 . Erosion and Sediment Control Details .
The construction drawings will be prepared utilizing the Segment 3 Expansion Permit Drawings
prepared by Geosyntec . Construction control points will be shown for the subgrade , drainage
ditches , and road along the tops of berms , toes of slopes , and other locations sufficient for the
cell construction .
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 supplier/contractor procurement .
Geosyntec will provide SWDD with two completed sets of the Construction Documents for
procurement purposes . It is understood that SWDD and the Purchasing Department will manage
the procurement process , including printing and distribution of the Contract Documents to
qualified suppliers and contractors ; preparing responses to bidders ' questions during the bid
process ; bid review and evaluation ; and contractor selection .
Phase 3 - Construction-Phase Services
Geosyntec will provide construction management ( CM) engineering support services associated
with construction of the Cell 1 subgrade , including the following tasks : ( i ) CQA Surveying ; and
( ii ) CM and Engineering Services . Note that this scope does not include CQA monitoring ,
NCP2010/XL 101 12/JL 10086A . doc
rngillmr: I sciendSLS I innovators
Mr. HilnanshU Mehta, P . E .
14 June 2010
Page 6
testing, and documentation services during construction . Geosyntec understands that all quality
control (QC) testing associated with the earthwork will be provided by an independent
geotechnical testing firm through the contractor or soil supplier .
Task 3 . 1 : CQA Surveying
As requested by SWDD , Geosyntec will subcontract the services of a Registered Land Surveyor
to provide the surveying required and prepare the as - built record drawing of the Cell 1 subgrade
construction . Geosyntec sent request for bid (RFP) for surveying services to three surveying
firms in the area, and based on the price and experience , has selected Peavey & Associates
( Peavey) to provide surveying services . Peavey will assist SWDD staff in the subgrade
preparation work and provide data to check material quantities for measurement and payment
purpose . Peavey will also survey the locations of the new groundwater monitoring wells and
prepare the required drawing for submittal to FDEP as indicated in Phase 4 of this proposal . A
copy of Peavey ' s proposal is enclosed as Attachment A .
Task 3.2 : CM and Engineering Support Services
Geosyntec will provide CM and engineering support services throughout the duration of the site
preparation work . Construction management activities will include conducting pre -construction
and monthly construction progress meetings with the entity selected by the SWDD to prepare the
site for the construction . Geosyntec will evaluate Contractor payment requests, verify quantities
and conformance with the plans and specifications , and provide contract administration .
As part of this phase , Geosyntec will review laboratory conformance and field performance tests
results (performed through the Contractor) and as - built record drawings for inclusion in the Cell
1 construction certification report . Geosyntec will therefore review all test results and drawings
to ensure compliance with the project specifications and FDEP - issued permit for the 1RCL
facility .
Phase 4e Installation and Abandonment of Monitoring Wells
Construction of Cell I will require abandonment of three groundwater monitoring well clusters
and two landfill gas ( LFG) probes , and the installation of five new monitoring well clusters and
three LFG probes . In addition , an intermediate monitoring well , MW - 131 , will be installed next
to MW - 13S to make it well cluster based on discussions with FDEP . Table l presents the
schedule of wells and gas probes to be abandoned and installed . Geosyntec sent request for bid
( RFB ) for drilling services to three drilling firms in the area and , based price and experience has
selected Environmental Drilling Services , Inc . ( EDS ) to serve as a drilling subcontractor to
perform these services . A copy of EDS ' proposal is included as Attachment B .
NC I'2010/X L 101 12/J L 10086A . doc
cngineurs scientists i InnovatMs
Mr . Himanshu Mehta, P . E .
14 June 2010
Page 7
A Geosyntec ' s hydrogeologist or geotechnical engineer will be on - site to supervise the work .
Upon completion of the well installation , Geosyntec with the assistance of SWDD technician
will sample the wells for the initial background analysis . The locations of all wells will be
surveyed and a well completion report will be prepared and submitted to FDEP in accordance
with the requirements of the 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 .
SCHEDULE
Geosyntec has prepared a schedule for the site preparation work ( Phase 1 ) of Cell I , which is
included as Attachment C . The schedule , as presented , assumes a start date of July 1 , 2010 .
Procurement of supplier and /or contractor will take place during the month of August with
contractor selection and contract award completed by August 31 , 2010 . Site preparation of Cell
1 is projected to require 3 months to complete . The abandonment and construction of
groundwater monitoring wells and LFG probes will be completed during this period . Thus , Cell
1 could be ready for construction by January 1 , 2010 .
Geosyntec recognizes the importance of the schedule for SWDD and their need to obtain
additional disposal capacity from 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 I through 4 of this proposal is
summarized in the following table . A detailed budget estimate is provided as Attachment D .
Note that fee for the surveyor is included in Phase 3 and the drilling subcontractor ' s fee
is
included in Phase 4 . The total amount of subcontractor fees , including 7 % markup , is
$ 37 , 053 . 03 .
• Phase 1 - General Consulting/Meeting Support/Project Management $ 16 , 662
• Phase 2 - Preparation of Construction Documents $ 20 ,442
• Phase 3 - Construction - Phase Services $ 38 , 188
• Phase 4 - Installation and Abandonment of Wells $ 39 , 617
TOTAL $ 1149909
Geosyntec will not exceed the cost estimate without prior approval and written authorization
from SWDD .
NCP2010/XL 101 12/J1_PI OOS6A .doo
engineers i scientists I innovators
Mr . Himanshu Mehta, P . E .
14 June 2010
Page 8
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
NCP2010ixLioi 12iJL10086n . aoc
engincers scientists I innovators
'IVsoaoNa DMAJAWIs
V INHWHDVIIV
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 71. 0
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 -Tweneboahe
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 1. 0 locations of groundwater monitoring wells and
gas monitoring probes .
• Task Five - Survey TOC ( northing , easting and elevation in NGVD29 ) for
1. 7 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
r
Peavey & Associates
1
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 : 1 , 990 . 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 , 1. 80 . 00
Peavey & Associates Page 2 of 3 Surveying and Mapping PA
Peavey & Associates
Surveying & Mapping PA
; 690 Alice Place, Bartow, 1~1 33830
Phone : 863 -738 -4960
Email : DebPeavey@verizon . net
PHASE 2 - Cell Construction Surveying
Task One : 21560 . 00
Task Two : 11980 . 00
Task Three : 1. 9980 . 00
Task Four : 2 , 560 . 00
Task Five : 2 , 560 . 00
Task Six : 1 , 800 . 00
Task Seven : 530 . 00
Task Eight : 31800 . 00
TOTAL $ 1. 7 , 770 . 00
4e 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 : 1,� n.� I
O ner or O per ' s Authorized Agent liate
0
Peavey & Associates Page 3 of 3 Surveying and Mapping PA
Peavey & Associates
t Surveying & Mapping PA
690 Alice Place, Bartow , Fl 33830
Phone : 863 -738 -4960
Email : DebPeavey@verizon . net
EXHIBIT A
DOURLY 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 B
DRILLING PROPOSAL
ENVIRONMENTAL DRILLING SERVICE , INC. QUOTATION
4712 OLD WINTER GARDEN ROAD
ORLANDO, FL 32811 Quote Number. 13502
Quote Date: Jun 3 , 2010
Page :
Voice: 407 295 3532
Fax : 407 296 3957
Quoted To:
GeoSyntec Consultants
1200 Riverplace Blvd j
Suite 710
Jacksonville , FL 32207 f
Customer ID Good Thru Payment Terns - Sales Rep
GEOSYNTECJAX 7/3/ 10 Net 30 Days j
Quantity Item Description _ Unit Price Amount
} _ — INDIAN RIVER COUNTY SOLID WASTE
� I
DISPOSAL DISTRICT , VERO BEACH , I
j INDIAN RIVER CO, FL j
Scope of work:
Abandon 12 - 2" MW' s for a total footage of j
1475' AND 2 - 2 "x7' gas probes - remove
1 protective steel casing + pad and patch
Install 12 cluster wells: 6 - 2" x20' and 6 -
2"x42 ' AND 1 - 2"x42' MW AND 4 - 2 'x7' j
Gas monitoring probes - all wells will have 5'
1 . 010 slotted PVC screen, Steel AGP set in
{ 12'x2')6" concrete pad and 4" PVC cement
filed bollards (44 total) "SP7S IN 5'
f INCREMENTS ON ALL
I MONITOR/CLUSTER WELLS - NONE ON
THE GAS MONITOR PROBES" ,
Days to complete: 6 to 7 days
475 . 00 WA2 per ft, 2" Well Abandonment 6. 004 2 , 850 . 00 '
14. 00 WPR Steel AGP + 2'x2' Pad Removal & Disposal i 75. 0011 11050. 00
+ patch
14. 00 i PR Permit - Indian River Co (well abandonment) i 25. 00 350. 00
i
Subtotal Continued
! Sales Tax Continued !
Freight
TOTAL -^�— Cvntinwo4d
ENVIRONMENTAL DRILLING SERVICE , INC . QUOTATION
4712 OLD WINTER GARDEN ROAD
ORLANDO , FL 32811 Quote Number. 13502
Quote Date: Jun 3 , 2010
Page: 2
Voice: 407 295 3532
Fax : 407 296 3957
Quoted To :
GeoSyntec Consultants
j 1200 Riverplace Blvd
Suite 710
Jacksonville, FL 32207
Customer 10 Good Thru Payment Terms Sales Rep
GEOSYNTECJAX 7/3/ 10 Net 30 Days
-- . -_ 442. 0012-0 --- _ i per ft , 2 Well Instep < 0 — - I 20. 00 i -- 8, 840. 00
I Quandt f Item 0ascn tion Unit PrIlce Amount
414 . 00 , SPT Split Spoon Sampling in conjunction with 6. 00 t
2, 484.00
well install
17 . 00 DP Decon Procedure , ea. i 75 . 001
11275. 00
8. 50 ; WD i hrs , Well Development I 100. 00f 850. 00 '
11 . 001 WCAGP ' Well Completion Steel AGP set in ZxZx6" 150 . 001 1 ,650 . 00
. , .aete pad
44. 00 each, 4" PVC cement filed bollards 50. 00 21200. 00
1 . 00 : PR 1 Permit - Indian River Co (well install) 1 ()0. 001
100. 001
I 1 . 00 Mob Mobilization 300. 0011 300. 00
5 . 00 j PD Per Diem , per crew, per night 300. 001 1 , 500 . 00
i
i {
li I i i
1
I
I
I
I
f
� { I
...........
'I I
Subtotal 23 , 449_. 00
Sales Tax
'{ Freight
Tnrer_ n_ ,aAa_ nn
—_. _�__ '
ATTACHMENT C
PROJECT SCHEDULE
Segment 3 Expansion - Phase I Construction
Indian River County Landfill
Solid Waste Disposal District
Vero Beach , Florida
ID 'Task Name Duration ? Start FinishJuly 2010 ! Au
qust 2010 I Se tember 2010 : October 2010 ' November 2010 De
(_ _ 252811 4 ': 7117 it 13161922252- 83113 J 6 19 ,12151821242730i 2 5 81114172023262912 !_5_1811141720232629'111
710;13.16192225281 _
1 PHASE I 109 days? Thu 7/1/10 Tue 11 /30/10 ;
2 Preparation of Bid Documents 22 days? Thu 7/1 /10 Fri 7/30/10 : - - -
3 Procurement of Supplier and/or Contractor 22 days? Mon 8/2/10 Tue 8/31 /10 { - -
4 Site Preparation 65 days? Wed 9/1 /10 Tue 11 /30/101 .,.,. - .,..._W-.�:�. ._. . �.,._. <....:...
- �.....�, .....- --:........_.--
Task _ Milestone O External Tasks
Project: Segment 3 Expansion—Phase Split '11, 1s Summary External Milestone P
Date: Tue 6/1 /10
Progress o Project Summary G Deadline b
Geosyntec Consultants
ATTACHMENT D
DETAILED BUDGET ESTIMATE
Table 1
BUDGET ESTIMATE
PHASE 1 - SITE PREPARATION FOR CELL 1 CONSTRUCTION
CLASS I LANDFILL - SEGMENT 3 EXPANSION
INDIAN RIVER COUNTY, FLORIDA
PHASE 1 : PROJECT MANAGEMENT/MEETINGS
ITEM BASIS RATE QUANTITY ESTIMATEDCOST
A. Professional Services
a . Principal Hr $ 195 . 67 0 $ 0
b . Associate Hr $ 185 . 32 44 $ 87154
c . Senior Project Engineer Hr $ 163 . 07 16 $ 2 , 609
d . Project Engineer Hr $ 129 . 12 0 $ 0
e . Engineer Hr $ 112 . 491 16 $ 1 , 800
f. Senior Staff Engineer Hr $ 100 . 16 0 $ 0
g . Staff Engineer Hr $ 84 . 24 0 $ 0
Subtotal Professional Services $ 12 , 563
B. Technical/Administrative Services
a . CADD Designer Hr $ 119 . 39 8 $ 955
b . Senior Drafter/Senior CADD Operator Hr $ 117 . 10 0 $ 0
c . Administrative Assistant Hr $ 81 . 39 12 $ 977
d . Technical Word Processor Hr $ 83 . 08 12 $ 997
e . Clerical Hr $49 . 96 0 $ 0
Subtotal Technical/Administrative Services $2 , 929
C . Relmbursables
a . Lodging Da $ 100 . 00 0 $ 0
b . Per Diem " Da $21 . 00 3 $63
c . Communications Fee 3 % Labor $ 0 . 03 $ 157492 $465
d . CADD Computer System Hr $ 15 . 00 8 $ 120
e . Vehicle Rental & Fuel ` Da $ 150 . 00 3 $450
f. 8" x11 " Photocopies Each $ 0 . 12 100 $ 12
q . CADD Drawings Each $ 3 . 00 20 $60
Subtotal Reimbursables $ 1 , 170
TOTAL ESTIMATED BUDGET : PHASE 01 jjL662
* In compliance with Section 112 . 061 F . S .
Table 2
BUDGET ESTIMATE
PHASE 1 - SITE PREPARATION FOR CELL 1 CONSTRUCTION
CLASS I LANDFILL = SEGMENT 3 EXPANSION
INDIAN RIVER COUNTY, FLORIDA
PHASE 2 : PREPARATION OF CONSTRUCTION DOCUMENTS
ITEM BASIS RATE QUANTITY ESTIMATED
COST
A. Professional Services
a . Principal Hr $ 195 . 60 0 $ 0
b . Associate Hr $ 185 . 32 20 $ 3 , 706
c . Senior Project En ineer Hr $ 163 . 07 0 $ 0
d . Project Engineer Hr $ 129 . 12 0 $ 0
e . Engineer Hr $ 112 . 49 40 $4 , 500
f. Senior Staff Engineer Hr $ 100 . 16 0 $ 0
g . Staff Engineer Hr $ 84 . 24 0 $ 0
Subtotal Professional $8 , 206
B. Technical/Administrative Services
a . CADD Designer Hr $ 119 . 39 76 $ 9 , 074
b . Senior Drafter/Senior CADD Operator Hr $ 117 . 10 0 $ 0
c . Administrative Assistant Hr $ 81 . 39 0 $ 0
d . Technical Word Processor Hr $ 83 . 08 10 $ 831
e . Clerical Hr $49 . 96 0 $ 0
Subtotal Tech nical/Admin is $9 ,904
C . Relmbursables
a . Lodging Da $ 100 . 00 0 $ 0
b . Per Diem " Da $ 21 . 00 0 $ 0
c . Communications Fee 3 % Labor $ 0 . 03 $ 187110 $ 543
d . CADD Computer System Hr $ 15 . 00 76 $ 1 , 140
e . Vehicle Rental & Fuel " Da $ 150 . 00 0 $ 0
f. 8 " x11 " Photocopies Each $ 0 . 12 400 $48
q . CADD Drawings Each $ 3 . 00 200 $600
Subtotal Reimbu $ 2, 331
TOTAL ESTIMATED BUDGET : PHASE 02 20 442
Table 3
BUDGET ESTIMATE
PHASE 1 - SITE PREPARATION FOR CELL 1 CONSTRUCTION
CLASS I LANDFILL = SEGMENT 3 EXPANSION
INDIAN RIVER COUNTY, FLORIDA
PHASE 3 : CONSTRUCTION -PHASE SERVICES
ITEM BASISF� -
RATE QUANTITY ESTIMATED
BUDGET
A. Professional Services
a . Principal hr $ 195 . 67 0 $ 0
b . Associate hr $ 185 . 32 64 $ 11 , 860
c . Senior Project Engineer hr $ 163 . 07 48 $7 , 827
d . Project Engineer hr $ 129 . 12 0 $ 0
e . Engineer hr $ 112 . 49 24 $2 , 700
f. Senior Staff Engineer hr $ 100 . 16 0 $ 0
g . Staff Engineer hr $ 84 . 24 0 $ 0
Subtotal Professional Services $22 , 388
B. Technical/Administrative Services
a . Site Manager/Construction Manager hr $ 95 . 200 $ 0
b . Senior Engineering Technician hr $71 . 36 0 $ 0
c . Engineering Technician hr $ 54 . 92 0 $ 0
d . Senior CADD Operator hr $ 113 . 11 8 $ 905
e . Drafter/CADD Operator hr $70 . 31 0 $ 0
f . Technical/Administrative Assistant hr $78 . 61 0 $ 0
9 . Technical Word Processor hr $ 80 . 25 12 $ 963
h . Clerical hr $48 . 26 0 $ 0
Subtotal Technical/Administrative Services $ 1 , 868
C . Relmbursables
a . Lodging da $ 100 . 00 0 $ 0
b . Per Diem da $21 . 00 0 $ 0
c . Communications Fee 3 % labor $ 0 . 03 $ 24 , 255 $ 728
d . CADD Computer System hr $ 15 . 00 8 $ 120
e . Geotechnical Lab Testing est $ 35000 . 00 0 $ 0
f. Surveyor est $ 11 , 180 . 00 1 . 07 $ 11 , 963
g . Vehicle Rental & Fuel da $ 150 . 00 6 $ 900
h . Computer , Data Collectors , Camera week $ 25 . 00 0 $ 0
i . Nuclear Density Gauge week $ 125 . 00 0 $ 0
' . Consumables week $ 50 . 00 0 $ 0
k . 8 . 5 " x11 " Photocopies each $ 0 . 12 600 $ 72
I . CADD Photocopies each $ 3 . 00 50 $ 150
Subtotal Reimbursables $ 13 , 932
TOTAL ESTIMATED BUDGET : PHASE 03 $38 188
Table 4
BUDGET ESTIMATE
PHASE 1 - SITE PREPARATION FOR CELL 1 CONSTRUCTION
CLASS I LANDFILL = SEGMENT 3 EXPANSION
INDIAN RIVER COUNTY, FLORIDA
PHASE 4: INSTALLATION AND ABANDONMENT OF WELLS
ITEM BASIS RATE QUANTITY ESTIMATED
BUDGET
A. Professional Services
a . Principal hr $ 195 . 67 0 $ 0
b . Associate hr $ 185 . 32 8 $ 1 , 483
c . Senior Project Engineer hr $ 163 . 07 12 $ 1 , 957
d . Project Engineer hr $ 129 . 12 0 $ 0
e . Engineer hr $ 112 . 49 16 $ 1 , 800
f. Senior Staff Engineer hr $ 100 . 16 1 0 $ 0
g . Staff Engineer hr $ 84 . 24 1 0 $ 0
Subtotal Professional Services $ 5, 239
B . Tech n lcal/Adminlstrative Services
a . Site Manager/Construction Manager hr $ 95 . 20 0 $ 0
b . Senior Engineering Technician hr $71 . 36 70 $4 , 995
c . Engineering Technician hr $ 54 . 92 0 $ 0
d . Senior CADD Operator hr $ 113 . 11 8 $ 905
e . Drafter/CADD Operator hr $ 70 . 31 0 $ 0
f. Technical /Administrative Assistant hr $ 78 . 61 0 $ 0
Technical Word Processor hr $ 80 . 25 8 $ 642
h . Clerical hr $48 . 26 0 $ 0
Subtotal Technical/Administrative Services $6 , 542
C . Reimbursables
a . Lod in da $ 100 . 00 8 $ 800
b . Per Diem da $21 . 00 8 $ 168
c . Communications Fee 3 % labor $ 0 . 03 $ 11 , 781 $ 353
d . CADD Computer System hr $ 15 . 00 8 $ 120
e . Drilling Subcontractor est $ 23 , 449 . 00 1 . 07 $25 , 090
f. Vehicle Rental & Fuel da $ 150 . 00 8 $ 1 , 200
q . Consumables week $ 50 . 00 1 $ 50
h . 8 . 5"x11 " Photocopies each $ 0 . 12 200 $ 24
i . CADD Photocopies each $ 3 . 00 F 10 $ 30
Subtotal Reimbursables $ 27 ,836
TOTAL ESTIMATED BUDGET : PHASE 04 39 617