Loading...
HomeMy WebLinkAbout2024-314AMENDMENT 3 TO WORK ORDER 1 Phase 2 — Segment 3, Cell 3 Liner Construction This Amendment 3 to Work Order Number 1 is entered into as of this28day ofLi o21 pursuant to that certain Continuing Contract Agreement, dated April 4, 2023 ("Agreement"), by andb1tween INDIAN RIVER COUNTY, a political subdivision of the State of Florida ("COUNTY") and Geosyntec Consultants, Inc. ("Consultant"). i. The COUNTY has selected the Consultant to perform the professional services set forth in existing Work Order Number 1, Effective Date 4 April 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 3 to Work Order 1 as of the date first written above. ••'pbSMISS j '• CONSULTANT: BOARD OF COUNTY COMMISSIONE ,y ........ OA/F OF IN RIVER COUNTY By:�Y _ By: •* _ J sep E. Flesch& , Chauman• ; J s Print Name: E( Q I YlQ .� • �Oa !r 1 .: Title: �I l C e 19re5 td e nj , BCC Approved Date: Attest: Ryan L. Butler, Clerk of Court and Comptroller By: r%,�Lco` ► , y Deputy Clerk i Approved: John A. Titlranich, Jr. County Administrator and legal sufficiency: , Assistant County Attorney EXHIBIT A PROFESSIONAL SERVICES Geosyntec' 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 wwwgeosyntec.com 18 November 2024 Subject: Amendment 3 - 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 and includes construction management (CM) and quality assurance/quality control (QA/QC) services. 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 of Geosyntec due to the impact of Hurricanes Helene and Milton in October 2024. Geosyntec has prepared this proposal (professional services) as Exhibit A of Amendment 3 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. FL9363B-01/Segment 3 Cell 3 Liner Construction Amendment 3 engineers I Scientists I innovators Mr. Himanshu Mehta, P.E. 18 November 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 I 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 with an initial estimated substantial completion by 31 July 2024. Due to construction delays an updated substantial completion date of 11 October 2024 was identified and the additional work was addressed in Amendment 2. However, due to the impact of Hurricanes Helene and Milton additional delays have resulted due to down time during the storm. COMANCO has now estimated substantial completion by 25 November 2024 with additional works (sodding, access ramp construction, Change Orders 6, 7, & 8, etc.) to persist till approximately 30 November 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-01/Segment 3 Cell 3 Liner Construction Amendment 3 engineers I scientists I innovators Mr. Himanshu Mehta, P.E. 18 November 2024 Page 3 PROPOSED SCOPE OF WORK The additional scope of work is divided into the following three phases: • Phase 1 — General Consulting/Meeting Support/Project Management; • Phase 3 — QA/QC Services; • Phase 4 — Construction Management; 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 09 November 2024) based on the delay caused by. 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 completion of all Cell 3 work is estimated to be on 30 November 2024. Therefore, an additional 2 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 conformance testing is required by the subcontracted Excel to perform tests on the replacement protective cover material. A unit rate of $975 to test each additional sample was applied, with an assumed number of 2 samples required. Phase 4 — Construction Management The originally approved Work Order and Amendment 2 assumed CM support services for a 7 - month construction duration. As of 11 October 2024, the projected project schedule surpassed the seven (7) month projection. The additional support projected to finish this Project will include an additional two (2) months of contracting services based on the contractors' current schedule estimation. Therefore, Geosyntec will provide CM support services for an additional two (2) months. This includes preparation 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. FL9363B-Ol/Segment 3 Cell 3 Liner Construction Amendment 3 engineers I scientists I innovators Mr. Himanshu Mehta, P.E. 18 November 2024 Page 4 BUDGET ESTIMATE A budget estimate for the scope of work outlined in Phases 1, 3, & 4 of this proposal is summarized in the following table. A detailed budget estimate is provided as Attachment A. • Phase 1 — General Consulting/Meeting Support/Project Management $4,341.72 • Phase 3 — QA/QC Services $82,516.12 • Phase 4 — Construction Management $13,024.24 TOTAL $99,882.08 Geosyntec will not exceed the cost estimate without prior approval and written authorization from SWDD. CLOSURE Geosyntec appreciates this opportunity to offer our services. If this proposal is acceptable, please indicate your agreement by signing the attached work authorization, which references this proposal. Please return one signed work authorization to Dr. Timothy R Copeland'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 Todd D. Anderson, P.E. Principal Attachments Attachment A: Detailed Budget Estimate FL9363B-of/Segment 3 Cell 3 Liner Construction Amendment 3 engineers I scientists I innovators ATTACHMENT A DETAILED BUDGET ESTIMATE Table 1 BUDGET ESTIMATE PHASE 2 - LINER INSTALLATION FOR CELL 3 CONSTRUCTION AMENDMENT #3 CLASS I LANDFILL - SEGMENT 3 EXPANSION INDIAN RIVER COUNTY, FLORIDA PHASE 1: GENERAL CONSULTING/MEETING SUPPORT/PROJECT MANAGEMENT ITEM BASIS RATE QUANTITY ESTIMATED COST A. Professional Services a. Senior Principal Hr $294.00 0 $0.00 b. Principal Hr $274.00 0 $0.00 c. Senior Professional Hr $254.00 0 $0.00 d. Project Professional Hr $224.00 16 $3.584.00 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 $3,584.00 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 583.00 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 g. Project Administrator Hr $85.00 4 $340.00 h. Clerical Hr $65.00 0 S0.00 Subtotal Technical/Administrative Services $340.00 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 $3,924 $117.72 d. CADD Computer System Hr $15.00 0 $0.00 e. Vehicle Rental & Fuel Da $150.00 2 $300.00 f. 8"x11" Photocopies Each $0.09 0 $0.00 g. CADD Drawings Each $3.00 0 $0.00 Subtotal Reimbursables $417.72 TOTAL ESTIMATED BUDGET: PHASE 1 $4 341.72 Table 2 BUDGET ESTIMATE PHASE 2 - LINER INSTALLATION FOR CELL 3 CONSTRUCTION AMENDMENT #3 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 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 16 $3.584.00 e. Professional Hr $198.00 8 $1,584.00 f. Senior Staff Professional Hr $178.00 0 $0.00 g. Staff Professional Hr $154.00 0 $0.00 Subtotal Professional Services $6,344.00 B. Technical/Administrative Services a. Site Manager/Construction Manager Hr $142.00 360 $51.120.00 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 6 $1.140.00 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 $52,260.00 C. Indirect Expenses a. Subcontractor Services - Peavey Each $0.00 1.12 $0.00 a. Subcontractor Services - Excel Each $1,950.00 1.12 $2,184.00 a. Subcontractor Services - TRI Each $0.00 1.12 $0.00 Subcontractor Services $2,184.00 D. Direct Expenses a. Lodging Da $150.00 56 $8,400.00 b. Per Diem Da $55.00 56 $3,080.00 c. Communications Fee 3% Labor $0.03 $58.604 $1.758.12 d. CADD Computer System Hr $15.00 6 $90.00 e. Vehicle Rental & Fuel Da $150.00 56 $8.400.00 f. 8"x11" Photocopies Each $0.09 0 $0.00 g. CADD Drawings Each $3.00 0 $0.00 Subtotal Reimbursables $21,728.12 TOTAL ESTIMATED BUDGET: PHASE 3 82 516.12 Table 3 BUDGET ESTIMATE PHASE 2 - LINER INSTALLATION FOR CELL 3 CONSTRUCTION AMENDMENT #3 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 2 $588.00 b. Principal Hr $274.00 0 $0.00 c. Senior Professional Hr $254.00 0 $0.00 d. Project Professional Hr $224.00 30 $6.720.00 e. Professional Hr $198.00 15 $2,970.00 f. Senior Staff Professional Hr $178.00 0 $0.00 g. Staff Professional Hr $154.00 0 $0.00 Subtotal Professional Services $10,278.00 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 O erator 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 $930.00 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 4 $600.00 b. Per Diem Da $55.00 4 $220.00 c. Communications Fee 3% Labor $0.03 $11,208 $336.24 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 0 $0.00 Subtotal Reimbursablesl $1,816.24 TOTAL ESTIMATED BUDGET: PHASE 4 13 024.24