HomeMy WebLinkAbout2024-1982023015 — Continuing Consulting Engineering Services
AMENDMENT TO WORK ORDER FOR
Phase 2 - Segment 3, Cell 3 Liner Construction
(Project Name)
This Amendment 2 to Work Order Number 1 is entered into as of August 20, 2024 ,pursuant to
that certain Continuing Contract Agreement, dated May 2, 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 , , with an Effective Date of 4 April 2023
2. The COUNTY and the Consultant desire to amend this Work Order as set forth on Exhibit A
(Modification to Scope of Work), attached to this Amendment and made part hereof by this reference. The
professional services will be performed by the Consultant within the timeframe set forth in the Work
Order, or as amended in Exhibit A, 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 modified 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 as of the date first written
above.
CONSULTANT:
By:
Print Name: l ct -�� c� (I v
Title: � L C e �r est -C
BOARD OF COUNTY COMMISSIO
OF INDLANRIVER COUNTY /
By:
Chairman
BCC Approved Date: August 20, 2024
�,�y �phtMlS� j'�✓
SQ•
F9
•�9LR��fR COOC��
Attest R, an L. Butler, 01 k of C urt and Comptroller
By: ( r �
Deputy Clerk,/
Approved: ' I �•�-
ohn A. Titkanic , Jr., County
Approved as to form and legal sufficiency:
Assistant County Attorney
Scope, thresholds and amendment number confirmed by:
Purchasing
EXHIBIT A
PROFESSIONAL SERVICES
Geospte&
consultants
Mr. Himanshu Mehta, P.E.
Managing Director
Solid Waste Disposal District
Indian River County
1325 74th Avenue SW
Vero Beach, Florida 32968
1200 Riverplace Blvd., Suite 710
Jacksonville, Florida 32207
PH 904.858.1818
www.geosyntec.com
24 July 2024
Subject: Amendment 2 - Engineering and Construction Support Services Project
Phase 2 - Construction Cell 3 Liner Construction
Indian River County Class I Landfill
Vero Beach, Indian River County, Florida
Geosyntec Project No. FL9363B
Dear Mr. Mehta:
Geosyntec Consultants, Inc. (Geosyntec) is pleased to submit this proposal to the Indian River
County (IRC) Solid Waste Disposal District (SWDD) to provide additional engineering design
and construction support services related to the Phase 2 - Cell 3 liner construction of the Class I
Landfill (hereafter referred to as the Project) at the IRC Landfill (IRCL) facility located in Vero
Beach, Florida. The additional engineering and construction support services are required to
complete the construction of the Cell 3 liner and leachate control systems to facilitate preparation
of the construction completion certification report for submittal to FDEP. This proposal presents
the scope of work, schedule, and budget estimate for the additional services related to Phase 2 —
Segment 3 Cell 3 liner construction activities and was prepared in response to a request from
Mr. Himanshu Mehta, P.E., Managing Director of SWDD following discussions between him
and Mr. Ron T. Jones, BCEE, Assistant Managing Director of SWDD and Dr. Timothy
Copeland, P.E and Dr. Kwasi Badu-Tweneboah, P.E. both of Geosyntec.
Geosyntec has prepared this proposal (professional services) as Exhibit A of Amendment 2 to
Work Order No. 1, pursuant to that certain Continuing Contract Agreement for Professional
Services, 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 is organized to present: (i) project
background; (ii) proposed scope of work; (iii) and budget estimate.
FL936313-O1/JL24046 Segment 3 Cell 3 Liner Construction Amendment 2.doc
engineers I scientists I innovators
Mr. Himanshu Mehta, P. E.
24 July 2024
Page 2
PROJECT BACKGROUND
The IRCL facility is located in southern Indian River County, east of Interstate 95, south of Oslo
Road, and west of Rangeline Road in Vero Beach, Florida. The SWDD administers the
management and operation of the Class I landfill at the IRCL facility. The Class I Landfill
includes 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, Cell 1, directly east of and on
top of the east slope of Segment 2, was constructed in 2013. Segment 3, Cell 2 was constructed
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 complete 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 was
completed in 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 includes the installation of the liner and leachate control systems and is currently
under construction.
On 20 February 2024 SWDD authorized Amendment 1 to Work Order 1 to Geosyntec to provide
engineering and construction support services related to Phase 2 Liner Construction activities for
Cell 3. The scope of services includes construction management (CM, quality assurance/quality
control (QA/QC) services, resident engineering and preparation of construction completion
certification report for submittal to FDEP. Geosyntec had previously completed the construction
documents and assisted SWDD through the procurement process to select Comanco
Environmental Corporation (COMANCO) as the contractor for the liner construction activities.
COMANCO was issued the notice to proceed (NTP) on 1 April 2024 and had an estimated
substantial completion by 31 July 2024. As such, Geosyntec assumed up to 4 months for the
liner construction activities after mobilization by the contractor; however, after approximately 3
months since the NTP, the actual liner construction started on 26 June 2024. COMANCO has
now estimated substantial completion by 11 October 2024.
This proposal addresses the additional engineering design and construction support services
required to complete Phase 2 of the Project, including additional engineering design services
requested by SWDD, additional construction support services including additional CM, onsite
QA/QC support, and survey certification support required to substantially complete construction
by the contractor.
FL9363B-Ol/JL24046 Segment 3 Cell 3 Liner Construction Amendment 2.doc
ellgiiieers I scientists I innovators
Mr. Himanshu Mehta, P. E.
24 July 2024
Page 3
PROPOSED SCOPE OF WORK
The additional scope of work is divided into the following four phases:
• Phase 1— General Consulting/Meeting Support/Project Management;
• Phase 3 — QA/QC Services;
• Phase 4 — Construction Management;
• Phase 8 — Miscellaneous Engineering Support Services.
Phase 1— General Consulting/Meeting Support/Project Management
Under this phase, Geosyntec will perform project management responsibilities, such as
correspondence with SWDD and FDEP, review of subcontractors' invoices, project
coordination, and administration including monthly invoicing throughout the extended project
schedule.
Phase 3 — QA/QC Services
This phase includes the additional labor and expenses for the QA/QC services to substantially
complete construction (which is estimated to be by 11 October 2024). Geosyntec's QA/QC
personnel have been on site since 16 April 2024 by monitoring other construction activities
under Change Orders 1 & 3. As previously indicated actual liner construction work started on 26
June 2024 and substantial completion of the Cell 3 liner construction is estimated to be on 11
October 2024. Therefore, an additional 3 months of QA/QC services is projected to complete
this Project based on the contractor's current schedule estimation.
As part of this phase, additional site visits are required by the subcontracted surveyor, Peavey &
Associates (Peavey) to perform as -built surveys of completed sections in order to expedite
construction. Peavey's unit rate proposal for the additional work is included as Attachment A.
Phase 4 — Construction Management
The originally approved Work Order assumed CM support services for a 4 -month construction
duration. As of 20 June 2024, the projected project schedule surpassed the four (4) month
projection based on the contractor's response to Change Order No. 2. Additionally, tracking and
reviewing time and materials (T&M) invoices for Change Orders 1, 3, 4 & 5 and unanticipated
additional site visits at the request of SWDD have increased the overall initial scope. The
additional support projected to finish this Project will include an additional three (3) months of
contracting services based on the contractors' current schedule estimation. Therefore, Geosyntec
will provide CM support services for an additional three (3) months. This includes preparation
FL9363B-01/JL24046 Seanent 3 Cell 3 Liner Construction Amendment 2.doc
engineers I scientists I innovators
Mr. Himanshu Mehta, P. E.
24 July 2024
Page 4
and participation in weekly construction progress meetings, preparation meeting minutes, and
review of contractor's submittals including payment application requests and time and material
billing reports.
Phase 8 — Miscellaneous Engineering Support Services
This phase addresses the additional engineering support services associated with the operation of
the Class I Landfill including the submersible pumps located in Cell 2 and Leachate Lift Station.
During project progress meetings with SWDD, Geosyntec was asked to evaluate replacing the
submersible pumps located in the Cell 2 LDS manhole and in the main Pump Station for Cells 1
to 4.
Geosyntec is also assisting SWDD to evaluate the timelines for placing waste in the north slopes
of Cell 2 as well as recommendations/suggestions regarding the existing landfill gas (LFG)
systems in the area.
BUDGET ESTIMATE
A budget estimate for the scope of work outlined in Phase 1, 3, 4, & 8 of this proposal is
summarized in the following table. A detailed budget estimate is provided as Attachment B.
• Phase 1 — General Consulting/Meeting Support/Project Management $3,710.07
• Phase 3 — QA/QC Services $130,214.30
• Phase 4 — Construction Management $24,950.45
• Phase 8 — Miscellaneous Engineering Support Services $11,630.38
TOTAL $170,505.20
Geosyntec will not exceed the cost estimate without prior approval and written authorization
from SWDD.
FL9363B-Ol/JL24046 Segment 3 Cell 3 Liner Construction Amendment 2.doc
engineers I scientists I innovators
Mr. Himanshu Mehta, P. E.
24 July 2024
Page 5
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 Copeland, Ph.D., P.E.
Project Engineer
Kwasi Badu-Tweneboah, Ph.D., P.E.
Senior Principal
Attachments
Attachment A: Peavey Unit Rate Proposal
Attachment B: Detailed Budget Estimate
FL9363B-Ol/JL24046 Segment 3 Cell 3 Liner Construction Amendment 2.doc
engineers I scientists I innovators
ATTACHMENT A
PEAVEY PROPOSAL
Peavey & Associates
Surveying & Mapping, PA
9399 North Lake Buffum Road Fort Meade, F133841
Phone: 863-738-4960
Email: DebPeavey(a)peave. shying com
June 27, 2024 revised
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. (3 trips)
• Task Two: As -built survey of the secondary liner geomembrane. Panels, repairs,
destructs. (4 trips)
• Task Three: As -built survey of the primary liner geomembrane. Panels, repairs,
destructs, and liner tie-in. (4 trips)
• Task Four: As -built survey of the 2' protective layer surface. (4 trips)
• Task Five: As -built of the leachate collection system corridor pipes,
sumps, manholes, force main, etc. (2 trips)
• Task Six: As -built survey of the final improvements. Edge of liner markers and
stormwater improvements. (2 trips)
• Task Seven: Volume calculations for conformance check and for
measurement and final payment purposes.
Peavey & Associates Page 1 Surveying & Mapping, PA
j"
Peavey & Associates
Surveying & Mapping, PA
O 9399 North Lake Buffum Road Fort Meade, F133841
Phone: 863-738-4960
Email: DebPeavey(&peaveysurveyin
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 - Site Preparation Surveying
Task Four: 15500.00
Task Five: 2,500.00
TOTAL $4,000.00
PHASE 2 - Cell Construction Surveying
Task One:
5,000.00
Task Two:
6,000.00
Task Three:
65000.00
Task Four:
6,000.00
Task Five:
400.00
Task Six:
45000.00
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,
,t
Peavey & Associates
Surveying & Mapping, PA
9399 North Lake Buffum Road Fort Meade, F133841
Phone: 863-738-4960
Email: DebPeaveyApeaveysurveying 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
Additional trip for subgrade ($175 per hour at 4hrs)
Date
$175.00
$175.00
$700
Peavey & Associates Page 3 Surveying & Mapping, PA
ATTACHMENT B
DETAILED BUDGET ESTIMATE
Table 1
BUDGET ESTIMATE
PHASE 2 - LINER INSTALLATION FOR CELL 3 CONSTRUCTION AMENDMENT #2
CLASS I LANDFILL - SEGMENT 3 EXPANSION
INDIAN RIVER COUNTY, FLORIDA
PHASE 1: GENERAL CONSULTING/MEETING SUPPORT/PROJECT MANAGEMENT
IF
-
ITEM
BASIS
RATE
QUANTITY
ESTIMATED
COST
A.
Professional Services
a.
Senior Principal
Hr
$294.00
3
$882.00
b.
Principal
Hr
$274.00
0
$0.00
c.
Senior Professional
Hr
$254.00
0
$0.00
d.
Project Professional
Hr
$224.00
3
$672.00
e.
Professional
Hr
$198.00
0
$0.00
f.
Senior Staff Professional
Hr
$178.00
0
$0.00
g.
Staff Professional
Hr
$154.00
0
$0.00
Subtotal Professional Services
$1,554.00
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
0
$0.00
e.
Designer
Hr
$160.00
0
$0.00
f. Senior Drafter/Senior CADD Operator
Hr
$145.00
0
$0.00
q.
Project Administrator
Hr
$85.00
3
$255.00
h.
Clerical
Hr
$65.00
0
$0.00
Subtotal Technical/Administrative Services
$255.00
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
$1,809
$54.27
d.
CADD Computer System
Hr
$15.00
0
$0.00
e. Vehicle Rental & Fuel
Da
$150.00
12
$1,800.00
f.
8"x11" Photocopies
Each
$0.09
120
$10.80
9.CADD
Drawings
Each
$3.00
12
$36.00
Subtotal Reimbursables
$1,901.07
TOTAL ESTIMATED BUDGET: PHASE 1
$3J10.07
Table 2
BUDGET ESTIMATE
PHASE 2 - LINER INSTALLATION FOR CELL 3 CONSTRUCTION AMENDMENT #2
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
15
$4,410.00
b. Principal
Hr
$274.00
0
$0.00
c. Senior Professional
Hr
$254.00
0
$0.00
d. Project Professional
Hr
$224.00
20
$4,480.00
e. Professional
Hr
$198.00
10
$1,980.00
f. Senior Staff Professional
Hr
$178.00
0
$0.00
g. Staff Professional
Hr
$154.00
0
$0.00
Subtotal Professional Services
$10,870.00
B.
Technical/Administrative Services
a. Site Manager/Construction Manager
Hr
$142.00
400
$56,800.00
b. Senior Engineering Technician
Hr
$99.00
140
$13,860.00
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
q. Project Administrator
Hr
$85.00
0
$0.00
h. Clerical
Hr
$65.00
0
$0.00
Subtotal Technical/Administrative Services
$71,940.00
C.
Indirect Expenses
a. Subcontractor Services - Peavey
Each
$10,000.00
1.12
$11,200.00
a. Subcontractor Services - Excel
Each
$0.00
1.12
$0.00
a. Subcontractor Services - TRI
Each
$0.00
1.12
$0.00
Subcontractor Services
$11,200.00
D.
Direct Expenses
a. Lodging
Da
$150.00
120
$18,000.00
b. Per Diem
Da
$55.00
120
$6,600.00
c. Communications Fee
3% Labor
$0.03
$82,810
$2,484.30
d. CADD Computer System
Hr
$15.00
8
$120.00
e. Vehicle Rental & Fuel
Da
$150.00
60
$9,000.00
f. 8"x11" Photocopies
Each
$0.09
0
$0.00
g. CADD Drawings
Each
$3.00
0
$0.00
Subtotal Reimbursables
$36,204.30
TOTAL ESTIMATED BUDGET: PHASE 3
130 214.30
Table 3
BUDGET ESTIMATE
PHASE 2 - LINER INSTALLATION FOR CELL 3 CONSTRUCTION AMENDMENT #2
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
10
$2,940.00
b. Principal
Hr
$274.00
0
$0.00
c. Senior Professional
Hr
$254.00
0
$0.00
d. Project Professional
Hr
$224.00
50
$11,200.00
e. Professional
Hr
$198.00
10
$1,980.00
f. Senior Staff Professional
Hr
$178.00
0
$0.00
g. Staff Professional
Hr
$154.00
0
$0.00
Subtotal Professional Services
$16,120.00
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
10
$1,900.00
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
5
$325.00
Subtotal Technical/Administrative Services
$2,395.00
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
6
$900.00
b. Per Diem
Da
$55.00
6
$330.00
c. Communications Fee
3% Labor
$0.03
$18,515
$555.45
d. CADD Computer System
Hr
$15.00
10
$150.00
e. Vehicle Rental & Fuel
Da
$150.00
30
$4,500.00
f. 8"x11" Photocopies
Each
$0.09
0
$0.00
g. CADD Drawings
Each
$3.00
0
$0.00
Subtotal Reimbursables
$6,435.45
TOTAL ESTIMATED BUDGET: PHASE 4
$24150.45
Table 4
BUDGET ESTIMATE
PHASE 2 - LINER INSTALLATION FOR CELL 3 CONSTRUCTION AMENDMENT #2
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
7
$2,058.00
b. Principal
Hr
$274.00
0
$0.00
c. Senior Professional
Hr
$254.00
0
$0.00
d. Project Professional
Hr
$224.00
10
$2,240.00
e. Professional
Hr
$198.00
16
$3,168.00
f. Senior Staff Professional
Hr
$178.00
10
$1,780.00
g. Staff Professional
Hr
$154.00
0
$0.00
Subtotal Professional Services
$9,246.00
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
10
$1,900.00
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
$1,900.00
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
$11,146
$334.38
d. CADD Computer System
Hr
$15.00
10
$150.00
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
$484.38
TOTAL ESTIMATED BUDGET: PHASE 8
$11,.630.38