Loading...
HomeMy WebLinkAbout2025-292AMENDMENT NO. 1 TO AGREEMENT FOR LANDFILL GAS WELLFIELD EXPANSION THIS FIRST AMENDMENT TO AGREEMENT FOR LANDFILL GAS WELLFIELD EXPANSION is by and between INDIAN RIVER COUNTY, a Political Subdivision of the State of Florida organized and existing under the Laws of the State of Florida, (hereinafter called OWNER) and Stearns, Conrad and Schmidt, Consulting Engineers, Inc. a Virginia corporation dba SCS Field Services (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: RECITALS WHERAS, the Indian River County Solid Waste Disposal District (SWDD) and Nopetro Eco District, LLC (NED) have a separate landfill gas agreement wherein landfill gas generated at the Indian River County Landfill is routed to the NED Renewable Natural Gas Plant which requires both parties to work together for the expansion of the landfill gas collection system; WHEREAS, on November 14, 2025, a notice to proceed was issued to SCS Field Services for Phase i Landfill Gas Wellfield Expansion project to install nine (9) vertical wells in Segment 3 Cell i and Cell 2 at the Indian River County Landfill under the authority of the County Administrator as the total project cost was $198,930.20; WHEREAS, the NED also issued a purchase order to the Contractor for $T7,319.8o to cover mobilization costs for the well driller and the cost for one (1) additional vertical well; WHEREAS, both parties wish to proceed with Phase 2 and Phase 3 work by the Contractor to equip all 10 wells and connect them to the existing system to maximize the quantity of landfill gas; NOW THEREFORE, in consideration of these premises, and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the parties hereto, intending to be legally bound, covenant and agree to as follows: ARTICLE 1— WORK AND PROJECT CONTRACTOR shall complete all Work as specified or indicated in the original Contract Documents as well as the additional work identified in this Amendment No. 1 to Agreement. The Work is generally described as follows and per attached SCS Field Services proposal dated November lo, 2025 and includes the $5,000 cost of the construction bond: Phase 2: Labor, Equipment, Materials and to install new vertical wellheads and dewatering pumps at a cost of $91,5oo based on the following scope of work description: • Each new vertical well will be equipped with a dual extraction flanged 8 -inch well cap, an orifice plate style QED 2 -inch wellhead, flex hose and hose clamps. • A QED AP -plus bottom loading pneumatic pump, triple sleeved tubing, air/filter regulator, cycle counter, 1 -inch discharge hose and all necessary stainless-steel hardware to connect to the air and forcemain riser pipes. The pump will be initially installed approx. 20 feet above the bottom of the well. Phase 3: Labor, Equipment, Materials and to install new HDPE vacuum lateral (SDR -17), air (SDR -9) and forcemain (SDR -ii) piping at a cost of $325,000. Ratification. Except as specifically provided in this First Amendment, all other provisions of the Agreement shall remain in full force and effect. IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in duplicate. One counterpart each has been delivered to OWNER and CONTRACTOR All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or on their behalf. OWNER: INDIAN RIVER COUNTY By: Deryl Loar, Chairman Date Approved By SWDD CONTRACTOR: Stearns. Conrad and Schmidt, Consultin Engineers, Inc. a Virginia corporation dba SCS Field Services By: Print Name: Garold (Tony) A. Cartee By. John A. titkanich, Jr., ounty Administrator Print N APPROVED AS TO FORM AND LEGAL By: Hicks, mty Attorney Ryan L. Butler, Clerk of Court and Comptroller Attest: Deputy Cl r (SEAL) Designated Representative: Himanshu H. Mehta, PE, Managing Director 1325 74`h Ave SW, Vero Beach, FL 32968 772-226-3211 hmehta@indianriver.gov .Regional Manager / Vice President Print Title: �'y"_��c agc . °�s (If COh�``?1 `'��� e�ration or a partnersh4) ac e�dQg ' a o t ority to sign.) ,VI ,9 ,n1a,001; " Designated Representative: Brian Bascom, Project Manager 1800 Pembrook Dr., Suite 300 Orlando, FL 32810 401-486-4897 bbasconi@scsengineers.com 2 CERTIFICATE I, Laury J. Blakley, certify that I am the Assistant Secretary of Stearns, Conrad and Schmidt, Consulting Engineers, Inc. (SCS) that Garold (Tony) A. Cartee, is a Vice President of Stearns, Conrad and Schmidt, Consulting Engineers, Inc. and that, as such, he is authorized by the Board of Directors to enter into contracts for services up to $1,000,000. Said authority was given by resolution of the Board of Directors of SCS Engineers at a meeting held on November 8, 2025, which resolution remains in full force and effect. �widt, Con ey [SEAL] as so, ,,Assistant ec ary f9�, teams, Conrad and Schmidt, ®•' te Consulting Engineers, Inc. _ S'Ei U cember 4, 2025 G .y 1972 s• Virgin Exhibit 1— CONTRACTOR's PROPOSAL Environmental Consulting & Contracting November 10, 2025 Himanshu Mehta Managing Director Indian River County - Solid Waste Disposal District 1325 74th Avenue SW Vero Beach, FL 32968 Subject: Phase Two and Phase Three: Segment Three Cells One and Two Vertical Well Installation Proposal Indian River Landfill, Vero Beach, Florida Dear Mr. Mehta: SCS Field Services (SCS -FS) is pleased to provide this proposal to you for the subject work based on discussions between SCS -FS, Nopetro Energy and Indian River County (IRC). SCS -FS is prepared to schedule the work following approval by the County. A summary of the scope of work and cost is outlined below. SCOPE OF WORK Phase Two: Vertical Wellhead and Dewatering Pump Installation SCS -FS will provide labor equipment and materials to install new vertical wellheads and dewatering pumps based on the following scope of work description: • Each new vertical well will be equipped with a dual extraction flanged 8 -inch well cap, an orifice plate style QED 2 -inch wellhead, flex hose and hose clamps. • A QED AP -plus bottom loading pneumatic pump, triple sleeved tubing, air/filter regulator, cycle counter, 1 -inch discharge hose and all necessary stainless steel hardware to connect to the air and forcemain riser pipes. The pump will be initially installed approx. 20 feet above the bottom of the well. Phase Three: HDPE Vacuum Lateral, Air and Forcemain Piping Installation SCS -FS will provide labor equipment and materials to install new HDPE vacuum lateral (SDR -17), air (SDR - 9) and forcemain (SDR -11) piping based on Figure 1. and following scope of work description: Install approx. 340 feet of 24 -inch vacuum lateral, 2 -inch air and 3 -inch forcemain piping from the existing 24 -inch blind flange to the northeast corner of cell two. A 24 -inch isolation valve and two 4 -inch header access risers will be installed at the existing blind flange location and a new blind flange will be installed at the end of the 24 -inch pipe for future connection. Install approx. 490 feet of 12 -inch vacuum lateral, 2 -inch air and 3 -inch forcemain piping from the existing 12 -inch blind flange located at well EW -2405 and extend north over the top of cell two to the 24 -inch header pipe tie-in on the northeast corner of cell two. A 12 -inch header 258 Southhall Ln, Suite 310, Maitland, Florida 32751 Mr. Himanshu Mehta November 10, 2025 Page 2 isolation valve and two 4 -inch header access risers will be installed at each end of the new 12 - inch tie-in locations. Air and forcemain valves will also be installed at each of the tie-in locations. • Install 790 feet of 6 -inch remote lateral, 2 -inch air and 3 -inch forcemain piping for wells EW - 182, EW -184, EW -185, EW -186, and EW -187. • Install one 12x6 -inch reducing tee vacuum riser, 2 -inch air and 3 -inch forcemain risers at well EW -188. • Install 100 feet of 8 -inch vacuum lateral, 2 -inch air and 3 -inch forcemain piping to well EW - 181. • Install 410 feet of 6 -inch vacuum lateral, 2 -inch air and 3 -inch forcemain piping to wells EW - 180, EW -183 and EW -189. • Clean fill will be backfilled around all piping. Trench spoils that cannot be backfilled will be transported to the active working face by SCS -FS. • As built survey data will be provided by SCS -FS following the completion of the project. ASSUMPTIONS AND CONDITIONS The scope of work is based on the following assumptions: • At a minimum, SCS -FS will have site access and permission to work Monday through Sunday from 7:00 AM to 7:00 PM. • The scope of work is based on one drill rig mobilization and demobilization. If additional mobilizations are needed there will be an additional cost based on the fee schedule. • Piping installation quantities are approximate and may vary. • The work area will be accessible and free of obstructions or other work activities performed by others that could delay the installation process. • SCS -FS may limit or restrict access to all traffic adjacent to the work area as needed. • Any additional drug testing or personnel background requirements to work for this project - those costs need to be passed through. Also, consider the time it takes to perform these checks/tests. • Additional change orders may be needed if changes to the scopes of work, as described above, or if additional costs are incurred due to unforeseen circumstances. • Payment terms to SCS -FS will be NET 30 or less. • Scope of work does not include side slope collector installations. Mr. Himanshu Mehta November 10, 2025 Page 3 COMPENSATION SCS -FS can perform the services described in the scope of work based on the following unit rates. A detailed budgetary breakdown is provided in Table 1 Construction Bond Unit Rate Qty. Sub -Total Construction Bond for Phases One, Two & Three $5,000.00 1 $5,000.00 Phase Two Description Unit Rate Qty. Sub -Total QED Wellhead Installation including Hoses, Clamps and $2,150.00 10 $21,500.00 8" Dual Extraction Well Cap QED Pump Installation includes all Hardware, $7,000.00 10 $70,000.00 Accessories, Hoses from Air to FM Phase Three Description Unit Rate Qty. Sub -Total Header Pipe Installation including Air and Forcemain $325,000.00 Lump Sum $325,000.00 Piping, One 24" Valve and Two 12" Vales Total: $421,500.00 CLOSING SCS -FS appreciates the opportunity to provide our proposal to Indian River County. If you have any questions or require any additional information, please contact Brian Basconi at 401-486-4897. Sincerely, f, - /� O.Qc " Brian Basconi Project Manager SCS Field Services BB/GAC Garold (Tony) A. Cartee Regional Manager/ Vice President SCS Field Services Table 1. DETAILED BUDGET ESTIMATE Indian River County Landfill, Vero Beach, FL Vertical Well Installation, Indian River County 10 -Nov -25 DESCRIPTION UNITS RATE QUANTITY ESTIMATE Construction Bond LS 5,000.00 1 $5,000 Phase Two: Vertical Wellhead and Dewatering Pump Instaltion QED Wellhead Installation Ea. 2,150.00 10 521,500.00 QED Pump Installation Ea. 7,000.00 10 570,000.00 Phase Three: HDPE Vacuum Lateral, Air and Forcemain Piping Installation Header, Air, Forcemain Piping and Valve Installation LS 325,000.00 1 $325,000.00 Total Project Costs for IRC: $421,500.00 LEGEND Figure 1. SEED aE�"nDx — - - — DEueDUwnm --. N.1180340.70 E.822178.15 L1. -"� DnmRD,E � cuEWRr �� srnTE vuxE cooRdxnres ...- .___. .�..... _ I � I T ------------- � E�Iar xD w,xxDl� Ezisnuc Dss ExrnscTauwsu EArsnxD rxa EVTRACTax ,: wsu ...:. ullemm - .e f Ew-le7 (ACTIVE) SS OLiu I I I I SzrenuD cs ezmAcrau I•sovDsw wsExTRAcnou HSS D -.—ED rlaRlmuru DIDE • walsto OR nstalleE ey lneien Po+ercwmy veRTlru wEu wau suovE III 1155 03 HSS—on 1 I I I I CELL 3 I CELL 4 1 (ACTIVE) (FUTURE) 'I t 1 EW tee A SEGMENT 2 LANDFILL LL 1 11 ACTIVE) (CLASS I) (CLOSED) i,. .�e1 I I • Wd a to Ue nstaileE Dy Napebo Emryy `> Ew.,ae • ew-leo Ew-lez ............... I I I � j � it"""' • ' SEGMENT 3 LANDFILLj I (CLASS I) MSS 05 1 I Ew +ea \ I H55 Ofi � I I I u i+as l Ew ,as HSS 07 i BExcHstARAS Q xltemumEeutTcts E\Ev .wm x ttmtta a E evfes wELEv n of ,., . _..'. I - Ew-lea I SS 08 I I I I t Tovocsnvnc wxTwRs vRo'v1DED ev lxouH RlvER worm wne Dv 1.A.mas t THEHDRImxrAL waRDw�revuuEa AREssEo uvox THE UDRrx lumm� Awusrw rows cwRDIxATE sysTE", aDRw EwaTxoxE surrvEr ssueD DN -AlAUEDATA 11 tees I i ss— ° I I I j I I I a. x nREanseD ox THE rwrxn�oaoDnnwt courouxsAxD SPOT EiavATaaDETa or lva lxwom4 • u�Anors or Au pRovos[D wEus To e[nausiEO AS NEED orsEo ERvnnox s Au couEcraxrnxa sHAu aasLoxEn ro smnw"ax TD wwRmursvnrx XCRTan\ ON FlEi.D I I N.1178113.43 r7 �S I I j I 1 wxDExs.TE DRaws DRsuwRs. e. Hou vroryDs¢E nuD UEtwaRz srwu aE DETERrwuED erax 511E EHcwEER. s N Ilt mp E.822185.94 EL.27,31 aXv w+r Xurncnax ea ew I ___________ I I __________________ _., 1 I _____—___--1__-----_—_--_ 1 1 --_ Oon..h.1t. xm m RE STORM WATER POND I I I I I 1 I I I I I PROPOSED GAS WELLS I I I OCCS GAS WELLS 1 I I 1 I I 1 I I 1 I I I I I I I I I I INDIAN RIVER COUNTY LANDFILL w.m�o.w w.wwan. sEnrEYeEn ma v w I 1 I I I I DESIGN I DRAWING —NOT FOR CONSTRUCTIONeA,�X 3X0.8