Loading...
HomeMy WebLinkAbout2024-046AMENDMENT _i_ TO WORK ORDER _i_ Phase 2 - Construction of Cell Segment 3 Expansion This Amendment _i_ to Work Order Number _i_ is entered into as of this 20 day of Fetn4gry , 202/A, pursuant to that certain Continuing Contract Agreement, dated April 4, 2023 ("Agreement"), by and between INDIAN RIVER COUNTY, a political subdivision of the State of Florida ("COUNTY") and _Geosyntec Consultants, Inc. ("Consultant"). 1. The COUNTY has selected the Consultant to perform the professional services set forth in existing Work Order Number _1 , Effective Date April 4, 2023. 2. The COUNTY and the Consultant desire to amend this Work Order as set forth on Exhibit A (Scope of Work) 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 B (Fee Schedule), and within the timeframe more particularly set forth in Exhibit C (Time Schedule), 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 1 to Work Order 1 as of the date first written above. •�ontiM�sS�o.. •�y' ^�F9 CONSULTANT: BOARD OF COUNTY COr�YV�,FBSi OF IN R COU By: By: san A ms, Chairman ro�' Print Name: Todd fka Title: Vice President BCC Approved Date: FeJxualy 20 2024 ER CO Attest: Ryan L. Butler, Clerk of Court and Comptroller By: De uty Clerk Approved: "W/4WX"/ John A. Tit nich, Ji., tounty Adm' strator =ountcy iency: K. Keit Attorney EXHIBIT I PROFESSIONAL SERVICES Geosyntecl�' consultants Mr. Himanshu Mehta, P.E. Managing Director Solid Waste Disposal District Indian River County 1325 74th Avenue SW Vero Beach, Florida 32968 1507 20th Street, Suite 201 Vero Beach, Florida 32960 PH 772.564.8717 Fax 772.564.8719 www.geosyntec.com 2 February 2024 Subject: Proposal to Provide Engineering and Construction Support Services Phase 2 Construction of Cell 3 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) to provide engineering and construction support services related to Phase 2 construction of Cell 3 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 to provide construction -phase services for the Project. 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. Geosyntec has prepared this proposal as Exhibit 1 of Work Order No. 1 for the Agreement for Engineering Consulting Services for Landfill Closure, Landfill Gas System Expansion, and Cell Construction dated 4 April 2023 (collectively referred to as the "Agreement"), by and between INDIAN RIVER COUNTY, a political subdivision of the State of Florida ("COUNTY") and Geosyntec ("CONSULTANT"). 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. The SWDD administers the management and operation of the Class I landfill at the IRCL facility. The Class I Landfill includes the closed Segment 1/Infill/Segment 2 vertical expansion, and active Segment 3 lateral expansion (Segment 3). The total footprint area of Segment 3 is 76 acres and consists of eight cells that are being constructed in phases as needed. Segment 3, C ell 1, directly east of and on top of the east slope of Segment 2, was constructed in 2013. Segment 3, Cell 2 was constructed NCP2323534UL23075 Proposal for Engineering and Construction Services kbtreview.doc engineers I scientists I innovators Mr. Himanshu Mehta, P. E. 2 February 2024 Page 2 in 2020. Republic Services of Florida LP (Republic), the operator of the Class I Landfill, has estimated that filling of Cell 2 will be nearly completed by the end of Calendar Year (CY) 2024 and has therefore recommended that SWDD considers construction of Cell 3 during CY 2023- 2024. Phase 1 construction of Cell 3 of the Segment 3 Expansion started in July 2023 and is estimated to be completed by February 2024. This phase involved placement and compaction of fill material to bring the grades to the bottom of the liner system. Phase 2 construction of Cell 3 of the Segment 3 Expansion, which includes the installation of the liner and leachate control systems, is in the final steps of its procurement stage. This proposal addresses the engineering and construction support services required to complete the construction work for Phase 2 of the Project, and includes construction management (CM), quality assurance/quality control (QA/QC) services, resident engineering and preparation of construction completion certification report for submittal to FDEP. The certification report will also cover the completion of the Phase 1 & 2 construction. PROPOSED SCOPE OF WORK This proposal covers professional engineering and construction support services required to complete the construction of the Phase 2 of Cell 3 of Segment 3 Expansion of the Class I Landfill. 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 Project. For budgeting purposes, the scope of work has been divided into six phases, as presented below: • Phase 1 — General Consulting/Meeting Support/Project Management; • Phase 2 — Preparation of Issued for Construction (IFC) Documents; • Phase 3 — QA/QC Services; • Phase 4 — Construction Management; • Phase 5 — Resident Engineering and Certification Services; • Phase 6 — Installation of Groundwater Monitoring Wells; • Phase 7 — Financial Assurance; and • Phase 8 — Miscellaneous Engineering Support Services. Each of these phases is briefly described below. NCP2323543UL23075 Proposal for Engineering and Construction Smices kbtreview.doc engineers I scientists I innovators Mr. Himanshu Mehta, P. E. 2 February 2024 Page 3 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. 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 three meetings: (i) one kickoff meeting with SWDD; (ii) one meeting with the SWDD Board, if requested by SWDD;; and (iii) one meeting with SWDD at the completion of Phase 2 of the project. Additional meetings are addressed in the remaining phases of this proposal. Phase 2: Preparation of IFC Documents During the bidding process several addenda were issued in response to bidders' questions. The addenda included revisions to the Issued -for Bid (IFB) documents. Geosyntec will update all the construction documents to incorporate the applicable addenda and complete IFC Documents for the selected contractor. The documents affected include Construction Drawings, Technical Specifications, and CQA Plan. A PE sealed and signed copy of the IFC Documents will be submitted to FDEP Tallahassee as part of notification of Cell 3 Phase 2 construction. Copies will also be distributed to the selected contractor, SWDD and Republic. NCP2323543\JL23075 Proposal for Engineering and Constniction services kbtreview.doc engineers I scientists I innovators Mr. Himanshu Mehta, P. E. 2 February 2024 Page 4 Phase 3: QA/QC Services Geosyntec will provide QA/QC services throughout the construction phase to ensure that the landfill cell is constructed in accordance with the design approved by FDEP to the highest construction quality standards. QA/QC services consist of four components, including: • field monitoring QA/QC services; • geotechnical CQA laboratory services; • geosynthetic CQA laboratory services; and • surveying CQA services. Field QA/QC Services Geosyntec will provide QA/QC services during construction of the Project. QA/QC monitoring, testing methods, test frequencies, and the reporting requirements will be performed in accordance with the Construction Drawings, CQA Plan, Technical Specifications, and applicable portions of Chapter 62-701, F.A.C. The work will be executed by an experienced project team consisting of office managerial staff and on-site CQA representatives. Geosyntec will provide on-site monitoring services for the activities associated with construction of the project. The QA/QC services will be provided by a CQA Site Manager and Engineering Technicians, as needed. The CQA Site Manager will be responsible for QA/QC activities throughout the Project including monitoring construction, coordinating soils and geosynthetics testing, and maintaining documentation of QA/QC activities at the site. Geosyntec will assign one CQA field personnel for every major construction activity being performed by the Contractor. For geosynthetics installation, one field CQA personnel can monitor two welding technicians. If at times several liner system installation operations are conducted simultaneously, the on-site CQA personnel will monitor those operations that are considered most critical to the performance of the liner system. Any non -conforming or questionable practices observed by Geosyntec will be brought to the attention of the concerned parties for review and correction. Geotechnical CQA Laboratory Services Geosyntec will provide independent geotechnical CQA laboratory testing related to the construction. Geosyntec proposes to use Excel Geotechnical Testing Laboratory (Excel) of Roswell, Georgia to perform the required soils conformance and performance tests in accordance with the test methods described in the Technical Specifications and CQA Plan. A copy of NCP2323543UL23075 Proposal for Eneineeriniand Construction Services kbtreview.doc engineers I scientists I innovators Mr..Himanshu Mehta, P. E. 2 February 2024 Page 5 Excel's fee schedule is included in Attachment A. The test results will be reviewed by the CQA Site Manager. SWDD will be provided with regular updates of the conformance and performance testing activities and results. Summary reports of the test results will be presented in the certification report. Geosynthetic CQA Laboratory Services Geosyntec will perform: (i) conformance testing of the geosynthetic materials; and (ii) destructive testing of the geomembrane seams at an off-site geosynthetic CQA testing laboratory. Conformance sampling of the geosynthetics will be undertaken at the manufacturing plant prior to shipment of the geosynthetics to the site. This will expedite the conformance testing and eliminate delays in the field waiting for test results. Geosyntec proposes to use TRI Environmental (TRI) of Austin, Texas to perform the required geosynthetics testing. Geosyntec will be responsible for coordinating collection of conformance test samples with the TRI and the geosynthetic manufacturers. TRI will be responsible for all conformance testing. The CQA Site Manager will also coordinate collection and shipping of geomembrane destructive seam samples at the frequencies specified in the CQA Plan to TRI. The laboratory will perform geomembrane seam strength tests for compliance with the Technical Specifications and CQA Plan. A copy of TRI's fee schedule is included in Attachment B. Test results will be e-mailed to the site in order to avoid delays with the construction schedule. Surveying CQA Services Geosyntec will subcontract the services of a Registered Land Surveyor to provide the surveying required and prepare the as -built record drawings of the Cell 3 liner and leachate control systems construction. Geosyntec has selected Peavey & Associates (Peavey) of Fort Meade, Florida to provide surveying services. Peavey will assist with surveying the critical layers of the liner system construction and provide data to check material quantities for measurement and payment purposes. A copy of Peavey's proposal is enclosed as Attachment A. Phase 4: Construction Management Geosyntec will provide construction management (CM) services throughout the duration of construction. CM activities will include conducting pre -construction and weekly construction progress meetings with the Contractor and its subcontractor(s), preparing and distributing meeting minutes, reviewing the Contractor's construction schedule for evaluating construction progress, assisting the Contractor and SWDD in identifying critical construction phases and material procurement activities, providing assistance to the Contractor in formulating plans to regain the project schedule in case of unforeseen delays, reviewing Contractor payment requests and verifying quantities and conformance with the plans and specifications, and providing NCP2323543UL23075 Proposal for Lngineering and Construction Services kbtreview.doc engineers I scientists I innovators Mr. Himanshu Mehta, P. E. 2 February 2024 Page 6 contract administration to include construction -related correspondence with the Contractor and SWDD. Phase 5: Resident Engineering and Certification Services Geosyntec will provide resident engineering services throughout the duration of construction. Resident engineering services will include Construction Drawings and Technical Specifications interpretation or clarification, an evaluation of any changed conditions, and engineering analyses for any design changes or improvisations. Geosyntec will also provide support to SWDD in the preparation of modifications, deletions, or additions to the contract documents. Contractor's change proposals will be evaluated for technical merit, conformance with design intent, and reasonableness with respect to pricing. Geosyntec will also assist SWDD in the review and approval process for submittals required by the contract documents. Resident engineering services are expected to include engineers, administrative assistants, CADD designers, and technical word processors, as needed. As part of the Resident Engineering phase, Geosyntec will prepare a final QA/QC certification report, which will include as -built record drawings for the Project. The report will contain a narrative describing, in detail, the aspects of field activities associated with the Phase 2 construction, specifically with reference to the activities identified in this proposal. The report will also include a summary of all conformance and performance tests conducted, testing frequencies, and test results showing compliance with the Technical Specifications and the CQA Plan. The documentation of construction activities (presented on daily summary reports, monitoring logs, test data sheets, nonconformance identification and corrective measures reports, and design change records) will be included as appendices to the final report. The as -built record drawings will be prepared for the Project, in AutoCAD format, in order to illustrate the details of construction, any approved design changes or deviations. Peavey will be responsible for preparing the as -built drawings signed and sealed by a registered land surveyor in the State of Florida. Geosyntec will coordinate and review drafts of the as -built drawings to ensure compliance with the Project and permit requirements. The final QA/QC certification report will be signed and sealed by a registered professional engineer in the State of Florida. Geosyntec will prepare the report within 30 days of completing the construction activities. Electronic copies of the final QA/QC certification report will be submitted to FDEP for approval with copies provided to SWDD. NCP2323543UL23075 Proposal for Engineering and Constniction Services kbtreview doc engineers I scientists I innovators Mr. Himanshu Mehta, P. E. 2 February 2024 Page 7 Phase 6: Installation of Groundwater Monitoring Wells The four groundwater monitoring well clusters (MW -25S/1, MW-39S/I, MW-47S/I and MW- 48S/I) and piezometer PZ -2 will be installed prior to certification of construction completion and approval of Cell 3 by FDEP for waste placement. Geosyntec has solicited a quote from Earth Tech Drilling, Inc. (Earth Tech) to serve as a drilling subcontractor to perform these services. It should be noted that Earth Tech installed the monitoring wells in 2023 related to the leachate storage tank on the eastern portion of the Site. A copy of Earth Tech's proposal is included as Attachment D. Geosyntec has also solicited a quote from 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. A copy of Peavey's proposal is included in Attachment A. A Geosyntec hydrogeologist or equivalent will be on-site to observe the well installations. Upon completion of the well installations, the wells will be developed prior to 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 Water Quality Monitoring Plan of the Class I Landfill permit. It has been assumed that the laboratory analyses will be performed by the SWDD's contracted analytical laboratory (i.e., Eurofins) and has therefore not been included in the budget estimate. Additionally, in accordance with previous well installations related to assessment of the Class I Landfill, the soil cuttings from the well installations will be drummed. A cost for disposal of the soil drums is not included in the budget estimate. Phase 7: Financial Assurance For Phase 7, Geosyntec proposed updating the Financial Assurance Cost Estimate (FACE) for Cells 1 and 2 of the Segment 3 Expansion at the Indian River County Landfill to include proposed Cell 3. The scope and corresponding budget estimate were prepared using the following assumptions. • The FACE will be prepared using quotes and unit rates obtained in 2024. • The work for this task would include completing DEP Form 62-701.900(28) (Closure Cost Estimating Form for Solid Waste Facilities) and updating the quantities that has been already calculated for the previous Cells. • The FACE will be prepared in a similar format to the submittal for Cells 1 titled "Section 17 - Financial Assurance", prepared by CDM Smith, and accepted by IRC SWDD on10 February 2020. • Geosyntec will provide one electronic copy of the draft documents to IRC for review and comments. Geosyntec will implement one round of revisions to finalize. • Geosyntec will submit the final signed and sealed FACE to FDEP and IRC in electronic format. NCP2323543UL23075 Proposal for Engineering and Construction Services kbtreview.doc engineers I scientists I innovators Mr. Himanshu Mehta, P. E. 2 February 2024 Page 8 • Effort to respond to requests for additional information (RAIs) is not included. Should RAIs be received, Geosyntec will review and provide IRC with a budget estimate to respond to the RAIs. Phase 8: Miscellaneous Engineering Support Services This phase will address two issues associated with the operation of the expanded Class I landfill including: • Re -design and replacement of the Sligo pump in Cell 1 of Segment 3 Expansion; and • Design new system to reduce the leachate leakage of Cell 2 During the construction of Phase I of Cell 3 of Segment, SWDD requested the re -design and installation of a new pump station for Cell 1 of Segment 3. Geosyntec will evaluate the current Sligo pump station design and prepare construction drawings and specifications for the installation of a new pump. During the construction of Phase 1 of Cell 3 multiple leachate leaks were identified on the east and north portions of Cell 2, specifically entering the stormwater ditches. Geosyntec will evaluate the leaks and provide prepare construction drawing and specifications to mitigate the leakage. No budgeting for construction oversight is included in this proposal since it is not yet known if and when this recommendation would be implemented by SWDD. SCHEDULE Geosyntec schedule is based on the assumption that the procurement program terminating with the signing of the construction contract with the selected candidate contractor will be completed by 15 March 2024. Construction is estimated to require four months to complete with an additional month for project certification and FDEP approval. Thus, Cell 3 of the Segment 3 Expansion should be ready to accept waste by I October 2024. Geosyntec recognizes the importance of the schedule for SWDD and their need to obtain the required disposal capacity from the Cell 3 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 The following assumptions were used by Geosyntec in developing the budget estimate presented below: NCP2323543UL23075 Proposal for Engineering and Construction Services kbtreview.doc engineers I scientists I innovators Mr. Himanshu Mehta, P. E. 2 February 2024 Page 9 • The total project duration will be 5 months with an anticipated start date on or 4 April 2012. The construction schedule, based on the Contract Documents, is anticipated to be 4 months (16 weeks). • QA/QC monitoring is budgeted for 10 hours per day, 6 days per week (60 hours per week). • All hours worked on the Project will be invoiced at the rates indicated in the detailed budget estimate with no premium charged for overtime. Geosyntec assumes that we will be compensated for any time over 60 hours per week should the Contractor elects to exceed this schedule. No standby time will be applied to the CQA personnel for days not worked, provided at least 40 hours are invoiced each week for the field CQA person. If federal statutory holidays are worked (i.e., Memorial Day, Independence Day, etc.) the rates provided will be doubled for hours worked on these days. Should the minimum weekly chargeability goal of 40 hours for each CQA personnel not be achieved (as a result of bad weather or other unforeseen circumstances), Geosyntec will demobilize the CQA personnel in order to control the budget. • Geosyntec will minimize courier fees by exchanging information between SWDD and Geosyntec via e-mail and follow-up by regular mail. However, some express shipments may be unavoidable. Although not included in this estimate, all shipping or other similar communication fees incurred will be invoiced at cost plus markup in accordance with the rate schedule. • Geosyntec CQA personnel require space for office work and small equipment storage while on site. SWDD will provide adequate field facilities with necessary utilities, and access to a phone and copier. Geosyntec will provide a mobile telephone to the CQA Site Manager and other technicians during the construction phase. • Geosyntec will provide a nuclear moisture/density gauge for use by the CQA personnel. It is assumed that a proper overnight storage area for the gauge will be provided. Other equipment that will be provided by Geosyntec will include; field computer, digital camera, data collectors, handheld GPS, and other miscellaneous field equipment. Geosyntec has elected to provide this equipment at no cost to SWDD. • Geosyntec will prepare a site-specific Health and Safety Plan specifically for use by Geosyntec CQA personnel employees working onsite. • Costs for expenses (including gas, tolls, field sampling supplies, truck rental and other project -specific purchases and expenses) will be invoiced at no additional increase or surcharge. NCP2323543UL23075 Proposal for Engineering and Constniction Services kbtreview.doc engineers I scientists I innovators Mr. Himanshu Mehta, P. E. 2 February 2024 Page 10 • Geosyntec proposes to provide a rental/company vehicle for use by Geosyntec CQA personnel on site at a daily unit rate of $150. Due to recent rapidly rising fuels costs, the daily unit rate for this vehicle does not include the costs of fuel and tolls which will be invoiced at cost. A budget estimate for the scope of work outlined in Phases 1 through 6 of this proposal is summarized below, with a detailed budget estimate provided as Attachment A. Phase 1— General Consulting/Meeting Support/Project Management $45,079.02 Phase 2 — Preparation of Issued for Construction (IFC) Documents $9,939.28 Phase 3 — QA/QC Services $376,839.12 Phase 4 — Construction Management $66,252.24 Phase 5 — Resident Engineering and Certification Services $80,076.20 Phase 6 — Installation of Monitoring Wells $44,043.70 Phase 7 — Financial Assurance $9,103.66 Phase 8 — Miscellaneous Engineering Support Service $35,811.92 TOTAL $667,145.14 Geosyntec will not exceed the cost estimate without prior approval and written authorization from SWDD. NCP2323543UL23075 Proposal for En inncerine and Construction Services kbtreview.doc engineers I scientists I innovators Mr. Himanshu Mehta, P. E. 2 February 2024 Page 11 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, Timothy R. Copeland, Ph.D., P.E. Engineer Kwasi Badu-Tweneboah, Ph.D., P.E. Senior Principal NCP2323543VL23075 Proposal for Engineering and Construction Services kbtreview.doc engineers I scientists I innovators ATTACHMENT A SUBCONTRACTOR SERVICES December 18, 2023 Peavey & Associates Surveying & Mapping, PA 9399 North Lake Buffum Road Fort Meade, F133841 Phone: 863-738-4960 Email: DebPeaveyfteave sy urveyinp,.com Mr. Kwasi Badu-Tweneboah, Ph. D. P.E. Geosyntec Consultants 1200 Riverplace Boulevard, Suite 710 Jacksonville, Florida 32207 RE: Indian River County Vero Beach Landfill Cells 3 Construction 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 Four- Stakeout locations of groundwater monitoring wells and gas monitoring probes. • Task Five- Survey TOC (northing, easting, and elevation in NGVD29) for individual wells. Survey shall be prepared in accordance with the FDEP permit. Providing three (3) signed and sealed hard copies and electronic file. PHASE 11- Cell Construction Surveying • Task One: As -built survey of the preparation of the liner grade surface & anchor trench. • Task Two: As -built survey of the secondary liner geomembrane. Panels, repairs, destructs. • Task Three: As -built survey of the primary liner geomembrane. Panels, repairs, destructs, and liner tie-in. • Task Four: As -built survey of the 2' 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 improvements. Edge of liner markers and stormwater improvements. • Task Seven: Volume calculations for conformance check and for measurement and final payment purposes. Peavey & Associates Page 1 Surveying & Mapping, PA Peavey & Associates Surveying & Mapping, PA ' 9399 North Lake Buffum Road Fort Meade, FI 33841 Phone: 863-738-4960 Email: DebPeaveyfteaveysurveying:com 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 Cadd will be provided. 2. REQUIREMENTS OF CLIENT • Receipt of an executed agreement. • Hard copy of the approved construction plans • Digital copy of plans. (pdf and cadd) 3. PROFESSIONAL FEES Compensation for the outlined services will be on a lump sum basis, billed monthly for completion percentages of work in progress, as followed: PHASE 1 - SitePreparation Surveying Task Four: 1,500.00 Task Five: 2,500.00 TOTAL $4,000.00 PHASE 2 - Cell Construction Surveying Task One: 500.00 Task Two: 600.00 Task Three: 6,000.00 Task Four: 6,000.00 Task Five: 4,000.00 Task Six: 4,000.00 Task Seven: 1.000.00 TOTAL $32,000.00 PROJECT TOTAL $36,000.00 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. Peavey & Associates Page 2 Surveying & Mapping, PA Sincerely, Peavey & Associates Surveying & Mapping, PA 9399 North Lake Buffum Road Fort Meade, Fl 33841 Phone: 863-738-4960 Email: DebPeavey(,7)peaveysurvey ng.com Deborah L. Peavey, PSM Agreed to and accepted by: Owner or Owner's Authorized Agent EXHIBIT A HOURLY RATE SCHEDULE Senior Project Surveyor Survey Crew Date 175.00 175.00 Peavey & Associates Page 3 Surveying & Mapping, PA .. E ... 1 n m uw 2024 Fee Schedule A Geofech.leM Testing T.W., Coal L.. Then SIM. I--- rw r`ra.reit ixn.�ir..rwpewrq vn Tit Teel Standard Iw61Nln AASHTOS—W) UMI C." (S) Remarks (-) Bulk Specific Gravity ASTM C127 I50 PU Sim Frxuon GnN Sim AMulYuia-Coos MetMelp ASTM C136 —L 160 _. G.I. Si. A.alyaia- Ma:lnnlnl Siwe ASTM D422 120 Nabi Grain Sim Amlym-Hydrmtbin ASTM W22 130 NOb2 — SM&WLimil ASTM D427 453 SmMd"Pnbbr- Soil(AM SM for MdW C) ASTM D698 213 Nab3 Spsif Gravity ASTM D114 IJO bbwials Fier Dun 200 Sies(Warh 11 Mla1 ASTM DI140 90 Modified Pnebr- 8oil(Add $50 for Medrol C) ASTM DI557 270 Note3 CpR leer (hMe Dasciry and Moirmrd CdntenMl ASTM DISS3 430 UI—fdt'nmpnurmn S-Igd, lip ui 2.8"Diammcr) ASTM D2166 160 (Pk only$12W Moiulun C'omn/M ASTM D3216 16 Rigid W.II P1111 111th (3.0" cad 4.5" Dial ASTM D2434 295 SPeemm ft-— (1,— aM SPacifs' MOM,oe & —,1 75 Rigid Wull P—.bibry(LSW dan 0' Dr..) %pae:nnM PrdperaM:m (RmmW el SIIaaJk MOMurc & 0me6Y) ASTM D2434 395 93 Ono-Diloalzeo..I Conmlidat-(2.5"Diametu) ASTM D2435 660 N,Rm4&S -- _ FaAM AJJkiaul I.oM aflur B W,VunluedlnWal - 63 Bpm:am Preperw:u (RemoWl 10 Conmliduion Prewup>12.a0U W. ...w pct. Wd __.... 65 C -S IiSwion Preaua>W,WO pd& <12U.ixx) prf, add IJS nddiiaal Davy mpnkmkigan.rg lkn — —_ IS Eoglomnne Clabifinuw ASTM D2487 15 _ W TIIWII (2,r Di.mam) Specimen RatroW Stec— Pryunti ISMM Tube Cull D,, - W ightlFm lM Drive-CylilWer) (hga C.—C Inmluble ReriMei,Carb.raw A8lPdgabs Douhle HYdronlel ASTM D2850 ASTM ASTM D2974 IM74 ASTM D3042 AST M D4221 330 AS —Ts - 90 SDryU 80 555 335 Notr 5 Attab.rg LirtuMr(Ww Prucilurc,3 Poinb) ASTM D43I9 140 Calcium Curbwwl. roman or Soila ASTM D4373 135 Air Pem,eability ASTM D4525 375 MMuurc Conbnl DemmusutiaM ASTM D4643 15 DiyaMS Clay by Pinhole ASTM D4647 SIO CU Tri..W (2.8' Di.—) ASTM D4767 4% Nobe 5 & 6 Si-imrn Pnparaciav (R—Q) 85 Specinbn P ptlntio. (SMby Tube CUM) I3 P,.,, C'onwlidati.n P,., >23 pv & <50 tui, add e rnlMdmimM Preaun>50 pri & 175 P -add C I'm ion Prerme>75 pa&<IW pa, -a140 1 h Ad&siaml Elkctl S dd xxul Doty mon ng afidr IU Uan SdMup pH d&IN Fbz,blr W.11 P hit y QV D ) _ Spn P qu lin IR troll 8" Di ) Sp. Prqunw (SldbyT be Cut) - - - ATM D/97?. EPA 9M145D � ASTM D5084 _• . 30 ]0 83 23 I 15 393 65 N—, 5 & v --—_.,.-.-------- - Conmlidauon Presaure>25 IS, &<5030 pmze, add 33 Conmlidalion Preararc>50 pia &<75 pei, odd 65 C'mtmlidaliaM Prcwurc>73 pri & <I00 pze, edd 113 Each Add,I—I I:Hav:uve Suede 90 AWk— 0a6 nxm4w:aafln t Dan frwn gaup 25 GCL Indw Flus (4- Di..) ASTM 05887 300 Tbickcmu MSSmnnallofGCL(HydnWBmS—.) ASTM D5887-App®dia SS t BmS.ile W.w smrty Prqunuon — FilwbLau ASTM 05891/API RP II Bml F SwMI ASTM DSg9a518PNF XVO Mau paUri, 'A df()Cl ASTM D3993 75 -- - IIS 93 15 --- ---- Grain Sim Analyzer-Mslun:ul Sies(WiNwl5plil Sieve) ASTM D6913 I4U sa AsiM 07%a bxywme,e linin Sire AMulysie- Mechanical Siwe(Wilh Split Sieve) ASTM D6913 2.) su Asia uivm su xyawnne, Uniuxi.l Cnmpreaive Stlwg6 d Rock Cma(<10."IN) ASTM D7012 225 I3 -yW.., Weigln).1 W Sp4cimrnc-M.N A i ASTM D7263 185 0.Tzery ll:nits Weight)afsoil5pxinbnr-MellrodB ASTM D7263 90 C.k.I.lionofPanzety WVoid Reua of$oil 55 N..0 linin Sim Amlypa- Hydr—,, ASTM D7928 130 Slurry Units Weight API RP13 55 Mash Froud VSSrmty AN RPI3 55 Sats C.— AN RPI 3 1" Pwozety API PR40 55 N-2 Bulk Dalry AN PMO 9p Volunw flange SanyMle Regiru Soil Geugw OOT 265 t --SnWw'-w1plcr(IaruanWler)--- Med ] Iplec lU g tplev) - I pl ydcy (2B k W1a+1 _ I I ge Snny,la 0 1, 5B ckm vlryrl 1 - Haze Iy R.I. IaMbon ry T— Man I—1 I Pa Ho Cabo myT Man I tenet II Per Nour Lobo.., T W-... I.evd 111 Pa Hour AuieunM lam wry Manager Pa Hour IS m 55 _--�-�_—_— 110 60 65 r__...—_— %U 90 Iabm.bry Manages Per llour 245 AAD ISp r.far n1, uml,ar....nurompin nuuterl.Ir noM a.M x111.. rnuniM Ma ulleum,t th.lr mu4 aM rf, rnd of ar pm4'.'M fur pa dlup—I, dtl Mlw..... mM aannarl.h nes arts MaM.amts Mo dl I Wriruwnm the and d- prola.l lar P p,,dbp—) d Mlar humrduu. ma 11 nu—U..acts Mll S, —W Iuwr.nm, uM m. mn ul m. Pw3n1 car PraPn dhpnwlF pr �.�d.ww. tmar,mMa hmµ.a,ao-wwntaWam calm,hwPnlmam,.��mm.mmhc.�n„p,e,.nn nrl:.worvra,m Mwm,.n a,w,m orx aan. K Pn,>,M rand pail n.nmr,Yax.a,wn�an ar ln.wn uan..M apwwnrd.m�np.v m.mm,.l, aa.11ydwmn. ars m .: w.a wh yam o��5s�udw 1—, cal As7nt u29n,m2M v<rmwnum MM alma,,,• .al ­1ki Excel Gwlw.hnlcal T t g I w«aakr. — 2024 Fee Schedule B ------ .........".. 7a. Pr s rsar. nun.u..c ra.oMx ra. Min CceeteennmalTaung Tw161or. Than VON Twl Twt Sl.ndvd u0C9a1 Remmb IarRWar AASHT1y RaMxdl (5) 1-) Bulk Spai&Gwviry ASTM C127 145 Pa Six FwUN Grain Six Analyua-Coma Malwiala ASTM C136 150 --- - -- GxinSixAnelyeiv-Mmhenical Sieve ASTM D422 110 Note1 Grain Six Arulyaiv-Hydranelcr ASTM D422 135 NOle2 SMxkage Limil ASTM D427 430 SMlldard Proctor - SoillAdd W) for Mnhul (') ASTM p698 210 N J Spwf G 'ry � _ ASTM D85/ IZS 6Ulenuly Flnn lhun 200% -)Wash Nn.'_001 ASTM DI 140 81 Modified Rales- Soil(AM $511lo, MedroJ I 1 ASTM D1557 255 Nava COR (P.(kle DrnairyalM Mnisarc C --o , ASTM DI883 395 Ilaas01m1 C.nmpre�ols SumBth luPm2R"Dmnrckrl ASTM D2166 150 (Pwk ady 5115) mm-Iamrnl ASTM D2216 IS Ri,W W_Il Prnnmbiliry (3.0• -14.5 -Dia.) ASTM D2434 290 men Pnpani+P (Remo. n Speedk Mo'wae 8 Dmwny) 75 Rigid Wull P—biliry(Iargur Nus C5' Di..) ASTM D2434 395 Slav- Prcpansix (Ramo. a S-dU Moarue & -0y) W 011e-DimmuiolulCmmlide0oo (2.5"Divmnw) ASTM D2435 640 Naw4@5 D. AM- Land vfler a Ym✓mkmVrcHW 65 ..._ 9paimm Pryaaion (Rax.) 63 CwwPlklnlion Prcenvn -,m Pff &X80.000 Pvt: eJJ 60 mnl.mion P. -.OW pf & 10.000 of. aJd 130 AJJIwmI Daly mmrir_ingafla 8 pyv 15 PryyrsxrinB ClaaiOmtian ASTM D2497 15 UUTfiaxia1(2.8'Divnwui) ASTM D2850 110 Nae, D Spuimml RemnlJ e0 Spev nrrr(1:,,r rlSlriny Tune t'v0 15 Dry( W gh)IFcr I) D'vc-1'ylmJvrl ASTM D293] 85 11rga ( d _ ASTM D2974 ] 11-1 01 R due in ('arbdnaa ASBrclNlus ARTM D3042 520 I3rmhl Hydr rmner _ ASTM N221 -- 225 Atwrbmg Li)sdu(Wal Prcux5urc.3 Pcinlsl ASTM DIJIB 135 Calcium CeNmaa Comes PfSoila ASTM D4373 13(1 Air P—billy ASTM N525 315 Mai-C_-Dmwnunarian ASTM D4643 15 Diapmvve Clay by Pul k ASTM D4647 510 CU Tfiaxia1(2.8" D'unxam) ASTM D4767 470 Naw 5 & 6 Specimen Prcrvraidn (Rwnld) SO Specimen Pref-- (Shelby Tubo C t) IS Cmrwlidstinn Rcxs 25 pu & 150 psi. veld 23 Cnnurlidainn Proxxurc X50 psi & <75 psi, edd 63 cnnawida_nn rren_re �n pxi @ .I W pn, am us F M1 A",..l EIT 1 - __. __. BO -- _ dJ and D $ 8 fi 10 D W - 20 pll ofM I ASTM D49]2. EPA WISD 70 Flex bl W.11 P b'I ry (2 8 p 1 ASTM D5084 375 Nava 5 @ ] - Spa P q-. (R Id, 8 Dian ) 6D Spm Pr l (SMbyT &C II 13 C Ida' R S ,ti & SO pi add 30 Connlydatim Pr,— 30 pi &<]S p; add�- CaImliJvtionRewlwv]S pd@�I00 psi, adtl Eacb Addgnul Eflids Sana AM— WSy mpnapria6afla 7 DeSv fmm Seng a4-- GCL Index Flux N'Dia.1 ASTM D5927TMakleo MmaaemmlofOCL (HydmlM Bmmniu) ASTM D5887•App@n W-Shirty R.paration 65_ - Fil..1- ASTM D5891/API RP 13 110 Bml - P Swell i ASTM D5690N5IPNF%VO 90 Mae pa Unil Arm ofG(1. ASTM DS991 70 Cain Sv.•Anelya)x-Mdchaxiwl Siew:(Wiaaa Spli) Bevel ASTM D6913 �1 1311 — Groin Six Awly'bs-Mwheniml Sieve l Widr SPli) Sieve) ASTM M913 f 17 ly Uniaxial Caspwdsm S -,t of Rak Caa(� 111,110. lb, ASTM D7012 21, t Dmulry(Unil Wm hl)afSwlSpcimrns-Med_.A ASTM D1263 110 DrnairylUlul WaBhH afBnil Spwimnss-MmlwdH ASTM D7263 0 Calculabm of P=,ty,d Void Rankof Soil i(1 No.B Gwin Si. Melyvis-Ilyd ,m r ASTM D7928 1211 Slurry U W ighl API RP13 55 Mafehh IVieroniry i— API RPII 55 SurWC m API RPIJ 120 Paroury API PRO SO N e 8 Bulk Ihmdry API PR40 85 Volunse('M1arlge Gamgia DOT 21S _ __ _. Ranlple Regrow 1 _ _ Soil Canpoxile Prepvrv0ms ----- -_ - _ S null tianydvxllur wmpinl IS -� Mal,- S,Wl,, (B,g . _35 I targe Smsplea 12 Buck. mnsplwl $0 Exna l.aree Sun9dw 13 m5Buckn sanpdal 100 - - --- HourlyRata taborvlwy Tocluic an I,ev. I Pr Haur 55 � � � �_ Irhwelary T I ia,s k b 11 � P. HN, 60 ebTxMimm Level 111 PB How 75 AwiWnt__bora___Maugcr LA_ Pa Hour 85 I.aborvinry Manager Per Hour 235 And lSprmmfarvvli vodlarppwm umpin (rwkdak um uxn .IllMraurnM wdlm ve Welrrwr, vl Ne<on aHaepro)nrtw wvlF AM nn br nnuranaW Inv _va vaen xll De mvmad mellwn,mnkw.tome mn of me Prolm pr Prapernnwewn)n SO mr for nueardauv rukrrW_ ImrMa4 nol aved. .111. nnmM Ip rlknu. yr 1bdr-1 vl me and .1 1, Prvinr mr prop_ nkpou0. l ae 7. 1M• nu n:mAVJ I-a.m vniMirvwn wd rrpkui won A6TM D t- aethxai _mak al.mrsekxnmr vomuiw (Wam mmliwblrF me ire_ namrer 3. xlrvmv nes .I.ma mrlws ur mlw4l. muurumwmohnu prnwm. o02.a. qfW laulrm elven___ nftl Nys. urn Ir nano vnlvnaumumkv Junum nl lO dvY. (nm. kenJ of mea ne,mviull uwnllY qr a. T.w roau Inas ASTM Dx6x. ASTM D±3 )n nxl STM D2�/07E6t em mmimll fw rM wn lcaluim. ewuiaa ufrNn ganu. )"'ll .rn 1 LA\ TRI ENVIRONMENTAL Timothy Copeland GeoSyntec Consultants 3504 Lake Lynda Drive Ste. 155 Orlando FL 32817 United States TESTING, RESEARCH, CONSULTING AND FIELD SERVICES Austin, TX USA Anaheim, CA USA Anderson, SC USA I Go,d Coast Australia i Suzhou China Cullman, South Africa Quote Date: 1/31/2024 Valid Until: 6/30/2024 Contact: Sam Allen ; sallen@tri-env.com 20.00 512-263-2101 PO#: None wo#: 69.00 Prim. -Second. GCs Test Method Unit Cost/Unit Transmissivity - Profiled, 100 hr, 2 loads, 1 gradient ASTM D4716 20.00 850.00 Peel, MD Only (F904) ASTM D7005 20.00 69.00 Mass / Unit Area ASTM D5261 20.00 35.00 Grab Tensile Properties ASTM D4632 20.00 69.00 CBR Puncture, 50 mm Probe ASTM D6241 20.00 125.00 AOS - Apparent Opening Size ASTM D4751 20.00 125.00 Permittivity - Permeability ASTM D4491 20.00 115.00 Prim. -Second. -Rain Flap GMs Density Thickness (Textured) Tensile Properties, Index (D638) Carbon Black Content Carbon Black Dispersion GCL Testing Index Flux LCS-ToeDrain GTs Mass per. Area Grab Tensile Properties Trapezoidal Tear CBR Puncture, 50 mm Probe AOS - Apparent Opening Size Permittivity - Permeability In -plant Sampling In -plant Sampling, Sample Management - US Plants Sub -total Prim. -Second. GCs (USD): Test Method Unit CosUUnit ASTM D1505 11.00 35.00 ASTM D5994 11.00 28.00 ASTM D6693 11.00 69.00 ASTM D4218 11.00 45.00 ASTM D5596 11.00 52.00 Sub -total Prim. -Second. -Rain Flap GMs (USD): Test Method Unit Cost/Unit ASTM D5887 5.00 259.00 Extension 17,000.00 1,380.00 700.00 1,380.00 2,500.00 2,500.00 2,300.00 27,760.00 Extension 385.00 308.00 759.00 495.00 572.00 2,519.00 Extension 1,295.00 Sub -total GCL Testing (USD): 1,295.00 Test Method Unit Cost/Unit Extension ASTM D5261 2.00 35.00 70.00 ASTM D4632 2.00 69.00 138.00 ASTM D4533 2.00 65.00 130.00 ASTM D6241 2.00 125.00 250.00 ASTM D4751 2.00 125.00 250.00 ASTM D4491 2.00 115.00 230.00 Sub -total LCS-ToeDrain GTs (USD): 1,068.00 Test Method Unit Cost/Unit Extension 38.00 86.00 3,268.00 3,268.00 Interface Friction Test Method Unit Cost/Unit Extension Internal Shear Strength of GCL ASTM D6243 2.00 750.00 1,500.00 Continued... TRI ENVIRONMENTAL, INC.. 9063 BEE CAVES RD., AUSTIN, TX 76733 - USA 1 Pi I. 800.880.TFST OR 512.263.2101 1 tri-environmental.com A.\TRI TESTING, RESEARCH, CONSULTING AND FIELD SERVICES Austin, TX USA J Anaheim, CA USA 1 Anderson, SC USA I Gold Coast Australia i Suzhou China i Cullinan, South Africa ENVIRONMENTAL Quote Date: 1/31/2024 Timothy Copeland Valid Until: 6/30/2024 GeoSyntec Consultants Contact: Sam Allen ; sallen@tri-env.com 512-263-2101 3504 Lake Lynda Drive PO#: Ste, 155 None Orlando FL 32817 w0#: United States Interface Friction Testing Multi -Layered Interface Friction Test Project Management Project Management Prim. -Second. -Rain Flap GMs Peel and Shear - Seams Peel and Shear - Seams - SATURDAY Shipping Shipping - Estimate (Invoice based on actual costs) 1,500.00 Test Method Unit Cost/Unit Extension ASTM D6243 2.00 1,600.00 3,200.00 Sub -total Interface Friction Testing (USD): 3,200.00 Test Method Unit Cost/Unit Extension Z-PROJMGT 8.00 86.00 688.00 688.00 Test Method Unit Cost/Unit Extension ASTM D6392 100.00 46.00 4,600.00 ASTM D6392 0.00 85.00 0.00 Sub -total Prim. -Second. -Rain Flap GMs (USD): 4,600.00 Test Method Unit Cost/Unit Extension 1.00 7,000.00 7,000.00 7,000.00 Estimation of Testing Total (USD): 52,898.00 NOTE: In the process of in -plant sample and sample management, samples collected at the manufacturer are processed and then shipped to our laboratory via a shipping service. Typically this service is UPS or Fedex. It is our default policy to use our own TRI shipping accounts for this service and to invoice the costs incurred plus a management fee to the client. In recent times, with higher costs for fuel and labor, the shipping costs have been very high. TRI works diligently to cut down on the mass and volume of samples shipped by in -plant processing including the preparation of coupons from across the product roll width, eliminating the need for a full roll width and its mass to be shipped. While we endeavor to provide a best guess estimate of the shipping costs associated with a given scope of work and the associated number of samples involved, we never know exactly what these costs will be and advise all clients to plan for a budget with ample funds for this required service. Still, if a client wishes to provide for its own sample shipment using its own shipping accounts, TRI requests the client to provide this information and specific instructions to the manufacturer from which TRI secures the samples, and also to TRI. Continued... TRI ENVIRONMENTAL, INC. 9063 BFE CAVES Rn., AIISTIN, TX 70733 — USA I Plie 800.880.TF5T OR S12.263.2101 I tri-environmental.com L TESTING, RESEARCH, CONSULTING AND FIELD SERVICES TR' Austin, TX - USA I Anaheim, CA - USA I Anderson, SC - USA j Gold Coast - Australia I Suzhou - China I Cullinan, South Africa ENVIRONMENTAL Master Service Agreement Terms and Conditions 1. ACCEPTANCE: This proposal may be accepted by signing a copy (or by submitting a signed written purchase order which incorporates the terms contained herein by reference to the quotation number) and returning same to Seller before the services start, or within 90 days from the date of this proposal, whichever is earlier. As a condition precedent, all sales are subject to the approval of Sellers Credit Department. 2. PRICES AND PAYMENT: Net 30 Days unless otherwise agreed. INTEREST WILL BE CHARGED ON PAST DUE ACCOUNTS. INTEREST CHARGES WILL BE CALCULATED ON THE UNPAID BALANCE AT 1.25% PER MONTH (18% PER ANNUM) OR THE MAXIMUM RATE ALLOWED BY LAW, WHICHEVER IS LESS. 3. REMEDIES UPON DEFAULT: If Buyer cancels any or all of any portion of the contract after Seller has been provided samples with instructions to proceed, Buyer shall pay for all testing performed prior to cancellation. In the event that Buyer is more than thirty (30) days delinquent in payment of monies due Seller and it is necessary for Seller to employ the services of an attorney or collection agency to recover amount due Seller by Buyer, Buyer agrees to pay Seller all actual attorneys fees, out-of-pocket costs, travel expenses, investigation costs, court costs, judgment enforcement costs and any other incidental costs necessary to obtain payment. 4. LIMITATIONS: Unless otherwise expressly specified, nothing contained in the reports of TRI Environmental, Inc. shall be deemed to imply that Seller conducts any quality control program for the Buyer to whom the report is issued. Although TRI Environmental, Inc. reports may form a part of Quality Control Program conducted by the buyer, TRI Environmental, Inc. reports apply only to the standards or procedures identified and to the sample(s) tested and/or inspections made. Unless otherwise specified, the test and/or inspection results are not represented by Seller to be indicative of the qualities of the lot from which the sample was taken or of apparently identical or similar products. To the extent permitted by law, the client agrees to limit TRI Environmental, Inc. liability for the clients damages to the dollar value of testing performed. This limitation shall apply regardless of the cause of action or legal theory applied or asserted. Turnaround times are typical not absolute. 5. EXCLUSIVITY: TRI Environmental, Inc. reports are for the exclusive use of the Buyer to whom they are addressed. Any third party has a right to use only those reports that pertain to testing authorized by Buyer in writing and naming the third party(s). TRI Environmental, Inc. reports, the name TRI Environmental, Inc. , or its insignia are not to be used by or on behalf of Buyer under any circumstances in advertising to the general public or in any other manner without Sellers prior written approval. Buyer agrees to hold Seller harmless and to defend and indemnify Seller against any liability or damage arising out of any use by Buyer of the name, seal, insignia, reports, or letters of Seller. In the event Buyer refuses to so indemnify Seller, and it is necessary for Seller to institute legal proceedings to enforce the terms of this paragraph, then Buyer agrees to pay Seller all actual attorneys fees and costs necessary to enforce compliance. 6. EXCLUSION OF CONSEQUENTIAL, AND INCIDENTAL DAMAGES: IT IS UNDERSTOOD THAT BUYER DOES NOT SEEK INDEMNITY FROM SELLER AGAINST ANY LOSSES OR DAMAGES. SELLER MAKES NO WARRANTY, EXPRESSED OR IMPLIED, RELATIVE TO THE SERVICES IT FURNISHES, AND BUYER AGREES THAT SELLER SHALL NOT BE LIABLE FOR THE PERFORMANCE OF THE PRODUCTS TESTED OR INSPECTED HEREUNDER. 7. WARRANTY: Seller warrants that the services performed hereunder shall be performed in a professional manner consistent with that exercised in the geosynthetic industry at the time and place the work is done. SELLER MAKES NO OTHER WARRANTY EITHER EXPRESSED OR IMPLIED RELATIVE TO THE SERVICES IT FURNISHES. 8. SAMPLE RETAINS: Samples not destroyed in testing are retained a maximum of 30 days and then discarded; however, upon prior written notice from Buyer to Seller, such samples can be shipped to Buyer on a collect basis or samples can be retained beyond 30 days at a monthly storage charge, billed in advance, for a designated period. 9. VENUE: Buyer and Seller agree that in the event of any dispute arising out of this agreement, any competent Court located in Travis County, State of Texas, shall have sole and exclusive jurisdiction to settle such dispute. Wavier by Seller of a breach of any of the terms and conditions hereof shall not be construed as a waiver of any other breach. This agreement shall be governed under and by the laws of the State of Texas. Terms 1. The budget presented here is based on provided information and an understanding there of. If assumed testing procedures, sample quantities, or sampling labor hours change, additional costs may be applied using the unit fees presented. If non -represented items are requried, TRIs fees for these specific items will be applied. 2. Payment Net 30 Days 3. All results will be emailed TRI retains ownership of all generated and reported test results until client invoice is paid, and reserves the right to restrict use of reported test results until client invoice is paid. Please sign, date, and provide a PO number prior to initiating work Signature/Date PO Number TRI Environmental looks forward to working with you on a very successful project TRI ENVIRONMENTAL., INC. 9063 BEE CAVES RD., AUSTIN, TX 78733 — USA I PH: 800.880.TEST OR 512.263.21011 tri-srniironmantai.com EARTH TECH DRILLING Environmental / Geotechnical 954-974-2424 2703 NW 19th Street, Pompano Beach, FL 33069 Monitoring Wells Sparge Wells Direct Push Geotechnical Drilling SONIC Drilling DATE 1/3/2024 CLIENT: Geosyntec Joshua Udvardy PHONE (561) 922-1102 SITE: Indian River County Landfill - 1325 74th Ave SW - Vero Beach, FL PROPOSED SCOPE OF WORK: Client to provide access to water source (Hand clear ALL locations to 5' or Refusal) (4) MW 2" x 20' w/ 10' .010" Screen (20/30 Sand) - 4" AGP Completion w/ 4 Bollards - 1/2 Hr Well Development (4) MW 2" x 40'w/ 5' .010" Screen (20/30 Sand) - 4" AGP Completion w/ 4 Bollards - 1/2 Hr Well Development (1) PZ 2" x -15'w/ 10'.01 - 0" Screen (20/30 Sand) - 4" AGP Completion w/ 4 Bollards - 1/2 Hr Well Development Drum Soil - Discharge Wter onsite Soil Cores on Intermediate Wells and PZ. SONIC DRILL unit Unit Rate Number of Units Extended Price Sonic Daily Rate (Compact Track) Price Includes a ten hour work day ( 7 to 5 ) Sonic Daily Rate 8" Sonic Sonic Casing Compact Track Loader / Water Support Unless otherwise stated in this quote. per day $3,900.00 3 $11,700.00 $0.00 perfoot $25.00 0 $0.00 $0.00 per day $575.00 3 $1,725.00 WELL MATERIALS 1" PVC Well Material (includes all annular backfill) per foot $0.00 2" PVC Well Material (includes all annular backfill) perfoot $16.00 255 $4,080.00 4" PVC Well Material (includes all annular backfill) perfoot $0.00 Bentonite Pellets (Estimated 6 buckets per location) bucket $0.00 $0.00 Well Completion (includes 30 min. development, bolt -down manhole, concrete pad(2'x2' or 10" circle) & lockable well cap 8" Bolt -down completion 12" Bolt -down completion PVC Stickup Completion w Development 4" Above Grade Protector Aluminum Bollard per well per well per well per well $310.00 9 each $125.00 36 $0.00 $0.00 $0.00 $2,790.00 $4,500.00 MISCELLANEOUS Mobilization (Sonic Drill with all associated equipment) roundtrip $1,500.00 1 $1,500.00 Daily Mobilization (to and from site per day) per day $0.00 Per Diem per night $575.00 2 each $110.00 2 $1,150.00 $220.00 Permits Borehole Abandonment i per foot $12.00 0 $0.00 Water Meter and usage lump sum $1,200.00 0 $0.00 DOT Approved 55 -gal Drum (As Needed) each $80.00 6 $480.00 $0.00 Additional Well Development Onsite Pre -Drill Meeting Standby / Difficult Moving Time I 1/2 hour $85.00 0 each per hour $550.00 $0.00 $0.00 $0.00 Days to Complete Scone of Work I Submitted Bv: ChcLrLekBttchew TnTA1 nunTF PRICT <?R las nn ATTACHMENT B DETAILED BUDGET ESTIMATE Table 1 BUDGET ESTIMATE PHASE 2 - LINER INSTALLATION FOR CELL 3 CONSTRUCTION CLASS I LANDFILL - SEGMENT 3 EXPANSION INDIAN RIVER COUNTY, FLORIDA PHASE 1: GENERAL CONSULTING/MEETING SUPPORT/PROJECT MANAGEMENT ITEM BASIS RATE J QUANTITY ESTIMATED COST A. Professional Services a. Senior Principal Hr $294.00 42 $12,348.00 b. Principal Hr $274.00 0 $0.00 c. Senior Professional Hr $254.00 0 $0.00 d. Project Professional Hr $224.00 0 $0.00 e. Professional Hr $198.00 42 $8,316.00 f. Senior Staff Professional Hr $178.00 15 _ $2,670.00 g. Staff Professional Hr $154.00 0 $0.00 Subtotal Professional Services $23,334.00 B. Technical/Administrative Services a. Site Manager/Construction Manager Hr $142.00 0 $0.00 b. Senior Engineering Technician Hr $99.00 0 $0.00 c. Engineering Technician Hr $83.00 0 $0.00 d. Senior Designer Hr $190.00 24 $4,560.00 e. Designer Hr $160.00 24 $3,840.00 f. Senior Drafter/Senior CADD Operator Hr $145.00 0 $0.00 g. Project Administrator Hr $85.00 48 $4,080.00 h. Clerical Hr $65.00 84 $5,460.00 Subtotal Technical/Administrative Services $17,940.00 C. Indirect Expenses a. Subcontractor Services Each $0.00 1.12 $0.00 Subcontractor Services $0.00 D. Direct Expenses a. Lodging Da $150.00 0 $0.00 b. Per Diem Da $55.00 0 $0.00 c. Communications Fee 3% Labor $0.03 $41,274 $1,238.22 d. CADD Computer System Hr $15.00 48 $720.00 e. Vehicle Rental & Fuel Da $150.00 12 $1,800.00 f. 8"x11" Photocopies Each $0.09 120 $10.80 g. CADD Drawings Each $3.00 12 $36.00 Subtotal Reimbursables $3,805.02 TOTAL ESTIMATED BUDGET: PHASE 1 $45,079.02 Table 2 BUDGET ESTIMATE PHASE 2 - LINER INSTALLATION FOR CELL 3 CONSTRUCTION CLASS I LANDFILL - SEGMENT 3 EXPANSION INDIAN RIVER COUNTY, FLORIDA PHASE 2: PREPARATION OF IFC DOCUMENTS ITEM BASIS RATE QUANTITY ESTIMATED COST A. Professional Services a. Senior Principal Hr $294.00 4 $1,176.00 b. Principal Hr $274.00 0 $0.00 c. Senior Professional Hr $254.00 0 $0.00 d. Project Professional Hr $224.00 0 $0.00 e. Professional Hr $198.00 12 $2,376.00 f. Senior Staff Professional Hr $178.00 8 $1,424.00 g. Staff Professional Hr $154.00 0 $0.00 Subtotal Professional Services $4,976.00 B. Technical/Administrative Services a. Site Manager/Construction Manager Hr $142.00 0 $0.00 b. Senior Engineering Technician Hr $99.00 0 $0.00 c. Engineering Technician Hr $83.00 0 $0.00 d. Senior Designer Hr $190.00 20 $3,800.00 e. Designer Hr $160.00 0 $0.00 f. Senior Drafter/Senior CADD Operator Hr $145.00 0 $0.00 g. Project Administrator Hr $85.00 0 $0.00 h. Clerical Hr $65.00 0 $0.00 Subtotal Technical/Administrative Services $3,800.00 C. Indirect Expenses a. Subcontractor Services Each $0.00 1.12 $0.00 Subcontractor Services $0.00 D. Direct Expenses a. Lodging Da $150.00 0 $0.00 b. Per Diem Day $55.00 0 $0.00 c. Communications Fee 3% Labor $0.03 $8,776 $263.28 d. CADD Computer System Hr $15.00 20 $300.00 e. Vehicle Rental & Fuel Da $150.00 0 $0.00 f. 8"x11" Photocopies Each $0.09 0 $0.00 g. CADD Drawings Each $3.00 200 $600.00 Subtotal Reimbursables $1,163.28 TOTAL ESTIMATED BUDGET: PHASE 2 $9 939.28 Table 3 BUDGET ESTIMATE PHASE 2 - LINER INSTALLATION FOR CELL 3 CONSTRUCTION CLASS I LANDFILL - SEGMENT 3 EXPANSION INDIAN RIVER COUNTY, FLORIDA PHASE 3: QA/QC SERVICES ITEM BASIS RATE QUANTITY ESTIMATED COST A. Professional Services a. Senior Principal Hr $294.00 34 $9,996.00 b. Principal Hr $274.00 0 $0.00 c. Senior Professional Hr $254.00 0 $0.00 d. Project Professional Hr $224.00 0 $0.00 e. Professional Hr $198.00 66 $13,068.00 f. Senior Staff Professional Hr $178.00 52 $9,256.00 g. Staff Professional Hr $154.00 0 $0.00 Subtotal Professional Services $32,320.00 B. Technical/Administrative Services a. Site Manager/Construction Manager Hr $142.00 972 $138,024.00 b. Senior Engineering Technician Hr $99.00 492 $48,708.00 c. Engineering Technician Hr $83.00 0 $0.00 d. Senior Designer Hr $190.00 0 $0.00 e. Designer Hr $160.00 8 $1,280.00 f. Senior Drafter/Senior CADD Operator Hr $145.00 0 $0.00 g. Project Administrator Hr $85.00 0 $0.00 h. Clerical Hr $65.00 32 $2,080.00 Subtotal Technical/Administrative Services $190,092.00 C. Indirect Expenses a. Subcontractor Services - Peavey Each $36,000.00 1.12 $40,320.00 a. Subcontractor Services - Excel Each $20,525.00 1.12 $22,988.00 a. Subcontractor Services - TRI Each $52,948.00 1.12 $59,301.76 Subcontractor Services $122,609.76 D. Direct Expenses a. Lodging Da $150.00 112 $16,800.00 b. Per Diem Da $55.00 56 $3,080.00 c. Communications Fee 3% Labor $0.03 $222,412 $6,672.36 d. CADD Computer System Hr $15.00 8 $120.00 e. Vehicle Rental & Fuel Da $150.00 32 $4,800.00 f. 8"x11" Photocopies Each $0.09 500 $45.00 g. CADD Drawings Each $3.00 100 $300.00 Subtotal Reimbursables $31,817.36 TOTAL ESTIMATED BUDGET: PHASE 3 $376,839.12 Table 4 BUDGET ESTIMATE PHASE 2 - LINER INSTALLATION FOR CELL 3 CONSTRUCTION CLASS I LANDFILL - SEGMENT 3 EXPANSION INDIAN RIVER COUNTY, FLORIDA PHASE 4: CONSTRUCTION MANAGEMENT ITEM BASIS RATE QUANTITY ESTIMATED COST A. Professional Services a. Senior Principal Hr $294.00 60 $17,640.00 b. Principal Hr $274.00 0 $0.00 c. Senior Professional Hr $254.00 0 $0.00 d. Project Professional Hr $224.00 0 $0.00 e. Professional Hr $198.00 30 $5,940.00 f. Senior Staff Professional Hr $178.00 30 $5,340.00 g. Staff Professional Hr $154.00 0 $0.00 Subtotal Professional Services $28,920.00 B. Technical/Administrative Services a. Site Manager/Construction Manager Hr $142.00 144 $20,448.00 b. Senior Engineering Technician Hr $99.00 0 $0.00 c. Engineering Technician Hr $83.00 0 $0.00 d. Senior Designer Hr $190.00 40 $7,600.00 e. Designer Hr $160.00 0 $0.00 f. Senior Drafter/Senior CADD Operator Hr $145.00 0 $0.00 g. Project Administrator Hr $85.00 8 $680.00 h. Clerical Hr $65.00 24 $1,560.00 Subtotal Technical/Administrative Services $30,288.00 C. Indirect Expenses a. Subcontractor Services Each $0.00 1 1.12 $0.00 Subcontractor Services $0.00 D. Direct Expenses a. Lodging Da $150.00 0 $0.00 b. Per Diem Da $55.00 0 $0.00 c. Communications Fee 3% Labor $0.03 $59,208 $1,776.24 d. CADD Computer System Hr $15.00 40 $600.00 e. Vehicle Rental & Fuel Da $150.00 30 $4,500.00 f. 8"x11" Photocopies Each $0.09 200 $18.00 g. CADD Drawings Each $3.00 50 $150.00 Subtotal Reimbursables $7,044.24 TOTAL ESTIMATED BUDGET: PHASE 4 $66,252.24 Table 5 BUDGET ESTIMATE PHASE 2 - LINER INSTALLATION FOR CELL 3 CONSTRUCTION CLASS I LANDFILL - SEGMENT 3 EXPANSION INDIAN RIVER COUNTY, FLORIDA PHASE 5: RESIDENT ENGINEERING AND CERTIFICATION SERVICES ITEM BASIS RATE QUANTITY ESTIMATED COST A. Professional Services a. Senior Principal Hr $294.00 40 $11,760.00 b. Principal Hr $274.00 0 $0.00 c. Senior Professional Hr $254.00 0 $0.00 d. Project Professional Hr $224.00 0 $0.00 e. Professional Hr $198.00 80 $15,840.00 f. Senior Staff Professional Hr $178.00 80 $14,240.00 g. Staff Professional Hr $154.00 0 $0.00 Subtotal Professional Services $41,840.00 B. Technical/Administrative Services a. Site Manager/Construction Manager Hr $142.00 0 $0.00 b. Senior Engineering Technician Hr $99.00 0 $0.00 c. Engineering Technician Hr $83.00 0 $0.00 d. Senior Designer Hr $190.00 80 $15,200.00 e. Designer Hr $160.00 80 $12,800.00 f. Senior Drafter/Senior CADD Operator Hr $145.00 0 $0.00 g. Project Administrator Hr $85.00 8 $680.00 h. Clerical Hr $65.00 48 $3,120.00 Subtotal Technical/Administrative Services $31,800.00 C. Indirect Expenses a. Subcontractor Services Each $0.00 1 1.12 $0.00 Subcontractor Services $0.00 D. Direct Expenses a. Lodging Da $150.00 0 $0.00 b. Per Diem Da $55.00 0 $0.00 c. Communications Fee 3% Labor $0.03 $73,640 $2,209.20 d. CADD Computer System Hr $15.00 160 $2,400.00 e. Vehicle Rental & Fuel Da $150.00 4 $600.00 f. 8"x11" Photocopies Each $0.09 300 $27.00 g. CADD Drawings Each $3.00 400 $1,200.00 Subtotal Reimbursables $6,436.20 TOTAL ESTIMATED BUDGET: PHASE 5 $80 076.20 Table 6 BUDGET ESTIMATE PHASE 2 - LINER INSTALLATION FOR CELL 3 CONSTRUCTION CLASS I LANDFILL - SEGMENT 3 EXPANSION INDIAN RIVER COUNTY, FLORIDA PHASE 6: INSTALLATION OF MONITORING WELLS ITEM BASIS RATE QUANTITY ESTIMATED 1 COST A. Professional Services a. Senior Principal Hr $294.00 1 $294.00 b. Principal Hr $274.00 0 $0.00 c. Senior Professional Hr $254.00 2 $508.00 d. Project Professional Hr $224.00 0 $0.00 e. Professional Hr $198.00 6 $1,188.00 f. Senior Staff Professional Hr $178.00 45 S8,010.00 g. Staff Professional Hr $154.00 0 $0.00 Subtotal Professional Services $10,000.00 B. Technical/Administrative Services a. Site Manager/Construction Manager Hr $142.00 0 $0.00 b. Senior Engineering Technician Hr $99.00 0 $0.00 c. Engineering Technician Hr $83.00 0 $0.00 d. Senior Designer Hr $190.00 4 $760.00 e. Designer Hr $160.00 0 $0.00 f. Senior Drafter/Senior CADD Operator Hr $145.00 0 $0.00 g. Project Administrator Hr $85.00 1 $85.00 h. Clerical Hr $65.00 1 $65.00 Subtotal Technical/Administrative Services $910.00 C. Indirect Expenses a. Subcontractor Services - Earth Tech Each $28,145.00 1.12 $31,522.40 Subcontractor Services $31,522.40 D. Direct Expenses a. Lodging Da $150.00 3 $450.00 b. Per Diem Da $55.00 3 $165.00 c. Communications Fee 3% Labor $0.03 $10,910 $327.30 d. CADD Computer System Hr $15.00 4 $60.00 e. Vehicle Rental & Fuel Da $150.00 4 $600.00 f. 8"x11" Photocopies Each $0.09 0 $0.00 g. CADD Drawings Each $3.00 3 $9.00 Subtotal Reimbursables $1,611.30 TOTAL ESTIMATED BUDGET: PHASE 6 $44,043.70 Table 7 BUDGET ESTIMATE PHASE 2 - LINER INSTALLATION FOR CELL 3 CONSTRUCTION CLASS I LANDFILL - SEGMENT 3 EXPANSION INDIAN RIVER COUNTY, FLORIDA PHASE 7: FINANCIAL ASSURANCE COST ESTIMATE ITEM BASIS RATE QUANTITY ESTIMATED COST A. Professional Services a. Senior Principal Hr $294.00 4 $1,176.00 b. Principal Hr $274.00 0 $0.00 c. Senior Professional Hr $254.00 0 $0.00 d. Project Professional Hr $224.00 0 $0.00 e. Professional Hr $198.00 8 $1,584.00 f. Senior Staff Professional Hr $178.00 24 $4,272.00 g. Staff Professional Hr $154.00 0 $0.00 Subtotal Professional Services $7,032.00 B. Technical/Administrative Services a. Site Manager/Construction Manager Hr $142.00 0 $0.00 b. Senior Engineering Technician Hr $99.00 0 $0.00 c. Engineering Technician Hr $83.00 0 $0.00 d. Senior Designer Hr $190.00 8 $1,520.00 e. Designer Hr $160.00 0 $0.00 f. Senior Drafter/Senior CADD Operator Hr $145.00 0 $0.00 g. Project Administrator Hr $85.00 2 $170.00 h. Clerical Hr $65.00 0 $0.00 Subtotal Technical/Administrative Services $1,690.00 C. Indirect Expenses a. Subcontractor Services Each $0.00 1.12 $0.00 Subcontractor Services $0.00 D. Direct Expenses a. Lodging Da $150.00 0 $0.00 b. Per Diem Da $55.00 0 $0.00 c. Communications Fee 3% Labor $0.03 $8,722 $261.66 d. CADD Computer System Hr $15.00 8 $120.00 e. Vehicle Rental & Fuel Da $150.00 0 $0.00 f. 8"x11" Photocopies Each $0.09 0 $0.00 g.CADD Drawings Each $3.00 0 $0.00 Subtotal Reimbursables $381.66 TOTAL ESTIMATED BUDGET: PHASE 7 $9.103.66 Table 8 BUDGET ESTIMATE PHASE 2 - LINER INSTALLATION FOR CELL 3 CONSTRUCTION CLASS I LANDFILL - SEGMENT 3 EXPANSION INDIAN RIVER COUNTY, FLORIDA PHASE 8: MISCELLANEOUS ENGINEERING SUPPORT SERVICES ITEM BASIS RATE QUANTITY ESTIMATED COST A. Professional Services a. Senior Principal Hr $294.00 16 $4,704.00 b. Principal Hr $274.00 0 $0.00 c. Senior Professional Hr $254.00 0 $0.00 d. Project Professional Hr $224.00 0 $0.00 e. Professional Hr $198.00 60 $11,880.00 f. Senior Staff Professional Hr $178.00 30 $5,340.00 g. Staff Professional Hr $154.00 0 $0.00 Subtotal Professional Services $21,924.00 B. Technical/Administrative Services a. Site Manager/Construction Manager Hr $142.00 0 $0.00 b. Senior Engineering Technician Hr $99.00 0 $0.00 c. Engineering Technician Hr $83.00 0 $0.00 d. Senior Designer Hr $190.00 40 $7,600.00 e. Designer Hr $160.00 20 $3,200.00 f. Senior Drafter/Senior CADD Operator Hr $145.00 0 $0.00 g. Project Administrator Hr $85.00 0 $0.00 h. Clerical Hr $65.00 6 $390.00 Subtotal Technical/Administrative Services $11,190.00 C. Indirect Expenses a. Subcontractor Services Each $0.00 1 1.12 $0.00 Subcontractor Services $0.00 D. Direct Expenses a. Lodging Da $150.00 2 $300.00 b. Per Diem Da $55.00 2 $110.00 c. Communications Fee 3% Labor $0.03 $33,114 $993.42 d. CADD Computer System Hr $15.00 60 $900.00 e. Vehicle Rental & Fuel Da $150.00 2 $300.00 f. 8"x11"Photocopies Each $0.09 50 $4.50 g. CADD Drawings Each $3.00 30 $90.00 Subtotal Reimbursables $2,697.92 TOTAL ESTIMATED BUDGET: PHASE 8 $35 811.92