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