Loading...
870-WCG Ammendment 1 Contract Amendment No. 1 - Phase Ill Services Engineering and Bidding Services, Program Management, Materials Testing & Quality Assurance Services During Construction Art Lane Class III Landfill Closure Background WCG, Inc. (the "Engineer") was previously authorized by the City of Sanford (the "City") to design, permit and prepare contract documents for the closure of the Art Lane Class III Landfill. Major work items include grading, closure of six acres with a low density membrane or a geosynthetic clay layer (GCL) and construction of a wet detention stormwater management system. The City has requested the Engineer provide engineering bidding services, program management, materials testing and quality assurance services during construction of the project. The project duration from the start of Bidding and survey services through final certification of closure is projected to be approximately thirty-six (36) weeks. This proposal is Amendment No. I to our Engineering Service Contract. Purpose This task authorization describes the Engineer's scope of services for provision of bidding services prior to construction, general engineering and program management during construction, project tracking and schedule control, construction quality assurance/quality control, required testing for installation of the cover system, and coordination and interface with the Contractor, City and subconsultants. It is assumed that the Contractor will complete the closure in phases, all construction-related work will be completed in an estimated twenty- two week construction period. Scope of Services Task A - Assistance During Bidding and Survey Services Subtask A.1 -Bidding Assistance This subtask outlines the services to be provided by the Engineer during bidding. The City will advertise the construction project and distribute bidding documents. The Engineer will provide twelve sets of blueline construction plans and bound specifications to the City for their use during bidding. -1- A.I.1 Attend Pre-Bid Conference The Engineer will attend a Pre-Bid Conference to meet and discuss the proposed construction project with all prospective bidders. Questions regarding the proposed construction project will be recorded at the meeting and addressed in writing following the meeting. A summary of meeting notes with questions and answers outlined will be prepared and submitted to the City. Copies of the pre-construction minute meetings will be available to potential Bidders. A. 1.2 Bidders Questions and Addenda The Engineer will answer questions from bidders, provide clarifications, and prepare technical responses to be included in addenda. The Engineer will prepare all addenda and submit copies to the all plan holders. A. 1.3 Bid Evaluation and Recommendation of Award The Engineer will perform a bid evaluation after receipt of the bids. This bid evaluation will include a tabulation of bids, plus a detailed review of the bid package from the lowest three bidders. The review of the lowest three responsive bids will include an inspection of the bid package for completeness, errors and omissions; evaluation of the listed experience on similar projects, evaluation of other submitted data and review of the references of the lowest bidder. Following bid evaluation, the Engineer will prepare and submit a recommendation of Contract Award to the City. Subtask A.2 Survey City-requested survey services to be provided for the construction phase of the project include the establishment of a local coordinate grid tied to the landfill property corners and field survey ofa t.re..e line to demarcate the construction impacts. The surveyor will mark of trees to be removed by the City. The Engineer's survey crew will set horizontal and vertical control points forthe Contractors use. Additional ~vork includes a detailed geometry plan for the Contractors use in layout of the project. Task B - General Engineering Services During Construction The Engineer will provide general engineering services during the closure of the Art Lane Class III Landfill by the City's Contractor. The Engineer shall be assisted by a laboratory and materials testing firm. The engineering services for this Task are described in detail in the following subtasks. The material testing subconsultant's proposal is provided as Attachment B. Subtask B.1- Program Management The Engineer will act as the City's representative providing engineering, contract management, and administrative services required for the construction project during the construction period. 1. AstheCity~srepresentativef~rthedurati~n~fthec~nstructi~n~fthispr~ject~theEngineerwi~~ coordinate all communications between the Contractor(s) and the City. The Engineer will prepare and distribute a Project Communication Protocol (CP) detailing the line of communication between the Engineer, and City project coordinators, as well as, interfacing between the Owner with the Contractor. 2. On behalf of the City, the Engineer will administer the construction contract, responding to Contractor's correspondence, and issuing instructions from the City. 3. The Engineer will notify FDEP in writing of the start of Construction, and when necessary will coordinate, schedule and attend periodic site reviews with FDEP personnel. 4. Prepare and attend two (2) special meetings with the Contractor, his subcontractors and the City's representatives as requested by City for coordination and monitoring of the critical stages or milestones of the project. 5. The Engineer will prepare and submit monthly progress reports to the City, that detail the status of the construction projects, work completed during the previous month, work planned to be accomplished during the coming month, copies of all communication to and from the Contractor, issues requiring City's attention and other project-related information. The progress reports will also include an updated mouthly overall project schedule showing the status of individual components of the construction project, and generally show the City on a monthly basis whether the Contractor(s) is on-time, and the construction project is proceeding as planned; ' ~ 6. Maintenance of a document control file with all correspondence, reports, daily logs, progress reports, testing results, etc., pertaining to the construction contract. The City will receive a duplicate of the document control file in a timely manner. 7. Coordinate the efforts and activities of the testing companies, review test results for conformance with project requirements, and notify the Contractor and City of non- conforming work; 8. Coordinate and monitor the efforts and activities of the materials testing subconsultant. CONSTRUCTION SERVICES PROPOSAL.DOC/ 3 Subtask B.2 - Prepare Conformed Contract Documents The Engineer will prepare conformed Contract Documents after the contract has been awarded by the City, and the contract executed by the Contractor and City. The Engineer will collate and package the plans, specifications, and front-end documents into the Project Manuals, and conform the Contract Documents with respect to any addenda that may be issued during the bidding phase. The Engineer will prepare half-sized drawings of the conformed plans for field use by the Contractor, City and Engineer's Resident Project Representative (RPR). The Engineer will submit four (4) full-size sets of the conformed Contract Documents to City staff, and six (6) sets to the City's selected Contractor for use and distribution. The Engineer will submit two (2) sets of half-sized drawings to the City, and two (2) sets of half-sized drawings along with one (1) set of reproducible copy to the Contractor. Subtask B.3 - Pre-award and Pre-construction Conference The Engineer will attend a pre-award conference, if needed, with the City Public Works staff, and Purchasing Department staff for internal review of the low bidders documents and/or qualifications, overall construction capabilities, construction scheduling, and other related issues. The Engineer will schedule, attend and conduct a pre-construction conference for construction of the closure of the Art Lane Class 111 landfill. The Engineer will prepare a notice of meeting and transmit to the City and Contractor. The Engineer will prepare an agenda prior to the conference, prepare meeting minutes, and record City decisions and directions to the Contractor after the conference is complete, and transmit the minutes to all attendees. -~ The Contractor will be required to attend the pre-construction Conference with a preliminary project schedule and a preliminary submittal log of shop drawings. The Engineer will review the Contractor's project schedule and note corrections or modifications necessary and return to the Contractor for ~nalization. The Engineer will review the Contractor's preliminary submittal log for completeness in accordance with the contract documents. The Engineer will note any corrections or modifications necessary and return to the Contractor for final ization. CONSTRUCTION SERVICES PROPOSAL.DOC/ 4 Subtask B.4- Shop Drawin~ Review The Engineer will review shop drawings submitted by the Contractor for construction of the Class Ill landfill closure. Activities for this task include: maintaining a submittal log/record; reviewing shop drawings; determining the acceptability of substitute materials proposed by the Contractor; providing review comments; transmitting approved copies of shop drawings to City staff, and the Contractor. Only two rounds of shop drawing review are scoped under this item. Subtask B.5 - Site Visits The Engineer will make eight (8) weekly site visits at important stages of construction to observe the overall progress and quality of the executed work of the Contractor and to determine in general if such work is proceeding in accordance with the contract documents, construction plans, specifications, and construction schedules. During such visits, and based on such observations, the Engineer will correspond with the City regarding any concerns regarding the quality and progress of the executed work. A total of eight (8) site visits are budgeted for this subtask. Note that full-time resident inspection services will be provided by the materials testing subconsultant during six weeks of the construction period. In addition, the Engineer will also provide an additional four weeks of full time resident services under a later task. Subtask B.6 - Field Technical Assistance/Issue Clarifications The Engineer will confirm the Contractor's quantities and prepare modification of the grading plan as necessary based on the cut and fill requirements. The Engineer will also coordinate with the City for disposal of cut material in the Class III landfill, as welt as other grading changes which .m~ay be required for this construction project. The Engineer will provide general technical information, additional data or drawings to the Contractor to resolve unforeseen conditions encountered during construction. The Engineer will provide clarifications and interpretations of the Contract Documents, respond to Contractor's Requests for Information (RFI), and make site visits to evaluate specific problems or unusual circumstances which may arise. The Engineer will issue interpretations and clarifications, and prepare drawings as necessary during construction for use by the Contractor. The Engineer will have the authority, as City's representative, to require special inspections and/or testing of the work; act as initial interpreter of the requirements of the Contract Documents and the acceptability of the work CONSTRUCTION SERVICES PROPOSALDOC/ 5 performed by the Contractor. The Engineer will advise the City of all claims of City and Contractor relating to the acceptability of the work or the requirements of the contract documents pertaining to the execution and progress of the work. Subtask B.7 - Conduct Bi-Weeklv Construction Progress Meetings The Engineer will conduct Bi-weekly (once every two weeks) construction progress meetings with the Contractor and City representatives at the construction site or other mutually agreed location. The progress meetings will be to review Contractor's progress during the previous two weeks, work items for the coming two weeks, coordination between different contractors on-site, coordination with City staff, discussion and resolution of construction activity issues, material testing scheduling, and other project related issues: Representatives from materials testing firm, manufacturers of materials, as well as Public Works Department staff will be invited, when necessary, to attend the construction meeting in order to facilitate communication and coordination between the parties. The Engineer's Project Manager or designated representative will attend all bi-weekly meetings or as otherwise scheduled with the Contractor and City. Other members of the Engineer's team, such as design engineers, technical staff and construction engineers will be invited to attend as necessary. The Engineer's Quality Assurance Consultant will attend all bi-weekly construction progress meetings during the period when they are providing services. A total of 10 biweekly meetings are included in the scope of services. Following the hi- weekly meeting, the Engineer will prepare meeting minutes, and submit to the City. Contractor and other attendees. Subtask B.8 - Review Monthly Pay Requests The Engineer will review the Contractor's monthly pay request, and determine the amounts owed to the Contractor and recommend to the City, in writing, payments to the Contractor based on the Engineer's periodic observations, bi-weekly project meetings, information provided by the City and the review of monthly applications for payment and the accompanying data, review of Contractor's progress schedule, and stored materials lists. CONSTRUCTION SERVICES PROPOSAL.DOC/ 6 Subtask B.9 - Change Orders The Engineer will provide services in connection with change orders to the construction contract to reflect changes or deletions requested by the City. The budget for this work task is for two (2) change orders during the construction project. The Engineer will consolidate minor change orders using Contractor credits and debits whenever possible to limit formal Change Orders. Field Directives will be used where appropriate. The Engineer will prepare change order forn~s and revise the Drawings or Specifications as necessary and with City concurrence. This work task, however, does not include analysis and evaluation of claims asserted by Contractor(s), negotiations and dispute resolutions with the Contractor, or redesigning requested by the regulatory agencies or Contractor(s). For the purpose of this Task Authorization, a claim is described as a request by the Contractor to change the Contract that is not in response to an Owner initiated Request for Proposal. Subtask B.10 - Substantial and Final Inspections The Engineer will conduct a substantial completion inspection for this construction project to determine if the Project is substantially complete and prepare a punch list of items of remaining work The Engineer will conduct a comprehensive final inspection for the entire construction project performed by the City's Contractor to determine if the work is complete in accordance with the requirements of the Contract Documents. The Engineer will notify the City, in writing, the results of each inspection and corrective 'a~tions required by the Contractor for the projects to be considered complete. Based on the satisfactory results of the substantial and final inspections the Engineer will recommend, in writing, final payment to the Contractor and give written notice to the City and the Contractor that the work is acceptable. Subtask B.I 1- Record Drawings The Engineer will obtain certified as-built dra~vings from the Contractor (and the Contractors licensed surveyor) and will prepare Record Drawings based on the information received from the Contractor and Surveyor. The Engineer will coordinate with the Contractor throughout the CC~STRUCTION SERVICES PROFOSAL.DOCJ 7 construction period to review up-to-date as-built drawings. However, the Engineer will not perform any survey services during construction activities to verify the accuracy of the as-built records received from the Contractor. The Engineer will submit one (1) set of Record Drawings on reproducible mylar, three sets of computer disks containing the Record drawings in AutoCad 14.0 format with a directory of contents, and four (4) sets of signed and sealed Record Drawings blueprints to the City. The Engineer will prepare and submit a final certification document to FDEP under a later task. Subtask B.12 - Contractor Back-Chargeable Services The Engineer will perform other engineering services, which may be required during the construction period. Such activities, which are not covered in this Task Authorization, are an obligation of Contractor under the terms of the construction Contract Documents on a Contractor Back-Chargeable Basis. Examples of such services include but may not be limited to: · Re-inspection and overtime inspection costs; · Shop drawing reviews in excess of the requirements stated in Contract Document requirements; · Survey requirements; and · Evaluation of alternative or substitute materials not specified in the construction Contract Documents, whether accepted or not. Compensation to the Engineer for such out-of-scope services, if encountered, will be on an hourly basis using the Eugineer's standard billing rates as outlined in the Engineer's Agreement wiXh the City. Other direct expenses will be invoiced at cost. The Engineer shall account for such services separately from other work tasks included in this Task Authorization to ensure back-chargeable services as they are incurred. When the Engineer believes that out-of-scope services are required, the City will be notified in writing prior to commencing with said out-of-scope work. Upon approval from City, Engineer will proceed with out-of-scope work. At intervals, not to exceed bi-monthly, unless otherwise directed by the City, the Engineer shall present to the City an accounting of these out-of-scope back-chargeable services for adjustment to the construction Contract Price, and adjustments to the Engineer's compensation in this Task Authorization. Back-Chargeable Costs payable to the Engineer will be noted on the approved CONS'ERUCTION SERVICES PROPOSALDOG/ 8 Contractors monthly pay request. The charges will be deducted from the Contractors payment and the City shall remit back- chargeable costs to the Engineer. Task C -Resident Project Representation Services During Construction Subtask C.1 Full-time Resident Service The Engineer will provide full-time Resident Project Representation (RPR) Services during critical construction periods. The Engineer's full-time RPR services will be mainly for the initial period of barrier layer construction of the liner to observe the Contractor's construction means and methods and to verify that the construction of the Project is constructed in accordance with the conformed plans and specifications. The Engineer's full-time RPR will be required for not more than four (4) weeks. The Engineer's scope of services for full-time RPR services are as follows: I. Attend meetings with the City and Contractor, such as hi-weekly and monthly progress meetings, job conferences and other project-related meetings. 2. Perform on-site observations of the work in progress to determine if the work is, in general, proceeding in accordance with the Contract Documents. 3. Report to the Project Manager, and City representative whenever the RPR believes that any work is unsatisfactory, faulty or defective or does not conform to the Contract Documents, or has been damaged, or does oot meet the requirements of any inspection, test or approval required to be made; and advise the Project Engineer of work that should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. 4. Coordinate the efforts and activities of the Materials Testing/Quality Assurance Consultant and review test resuIts. SubTask C.2 Part Time Resident Services The Engineer's RPR services may also be required during phases of grading, leveling, GCL placement, geomembrane placement, pond excavation, ditch grading, HDPE pipe installation, as well as during the installation of gas vents and whenever required to monitor the compliance of the contractor to the contract documents. Part-time resident services shall be limited to the allocated hours for this Task. CONSTRUCTION SERVICES PROPOSAL.DOC/ 9 Task D - Additional Engineering Services During Construction The Engineer will provide additional engineering services in accordance with FDEP rules and regulations and in compliance with the construction permit conditions. This is to assure the construction is performed consistent with the permit, and to obtain Certification of Completion of Closure Construction. The Application for Certification of Completion of Construction will note that the Engineer's involvement is limited by the scope of contracted services, and that "observation" includes "observation of construction by others" including the Materials Testing Quality Assurance Representative, and City inspection personnel under the direction of the Engineer. Subtask D.1 - Provide Construction Materials Testing And OA/OC Monitoring The Engineer will contract for the services of a materials testing laboratory to perform field and laboratory materials testing during construction, and provide monitoring of quality assurance/quality control documentation for the GCL cover system installation (Base Bid), or geomembrane cover system installation (Alternate Bid), in accordance with the Construction Quality Assurance Plan, Contract Documents and FDEP Construction permit. The following field and laboratory testing activities will be required to be performed for either the Base Bid or the Alternate Bid cover system under this task: 1. Monitor and document implementation of the QA/QC Plan 2. Conduct field and laboratory soil gradation tests including leveling layer and mulch/top soil layer, and proctor tests. 3. Conduct GCL permeability tests to verify manufactures data 4. Conduct geomembrane (LLDPE) destructive and non-destructive testing 5. Revie~v manufacturers Quality Control certificates for the GCL 6. Observe and monitor non-destructive testing by the geomembrane Installer 7. Conduct field and laboratory conformance testing on geomembrane 8. Review of Manufacturer's Quality Control Certificates for the geomembrane 9. Conduct field and laboratory granular fill testing 10. Conduct field and laboratory grovel and river rock testing CONSTRUCTION SERVICES PROPOSAL.DOC] 10 11. Conduct field and laboratory concrete testing The field and laboratory testing for this subtask is based on either the Base Bid or the Alternate Bid. Detailed descriptions and frequencies of field and laboratory testing during construction are included in the Proposal in Attachment C and are not separately described here. Subtask D.2 - Prepare Construction Oualitv Assurance Report for FDEP The results of the Construction Quality Assurance Testing will be documented in a Construction Quality Assurance Report to be submitted to Florida Department of Environmental Protection (FDEP) along with other requirements for the Certification of Completion of Construction. This Report will include a summary of documented control program of the GCL or geomembrane installation, QA/QC testing locations and various testing procedures, and the results of laboratory analyses as well as other Permit requirements for Construction Quality Assurance Report. The Engineer will submit two (2) copies of the draft report to the City for review and comments. The Engineer will incorporate City's comments into the final report and submit six (6) copies of the final documents to the City for forwarding three (3) copies to the FDEP as part of the Certification of Completion of Construction process. Subtask D.3 -Preyare Certification of Construction Completion The Engineer will compile all required construction data, as-built drawings, and the Construction Quality Assurance Report to prepare the Application for Certification of Completion of Construction. The Engineer wilt prepare FDEP Form 62-701.900(2) along with required data to documem and certify Completion of Construction. The Engineer will notify FDEP of construction completion, and in accordance with the Permit(s) conditions will coordinate and schedule a formal site visit by the regulatory agency personnel after the submittal of the Certification documents. The Engineer will attend the site visit meeting with FDEP, and conduct a walk-through of the construction project with FDEP personnel. The Engineer will respond to FDEP requests for additional information to obtain the Certification of Completion. CONSTRUCTION SERVICES PROPOSAL.OOCI 11 Task E- Previous Client-Authorized Out-of-Scope Services During the design and permitting phase the Engineer performed the following services at the request of the City: · Update and submittal of engineers annual estimate of closure and long-term care costs · Respond to Second Request for Additional information for the Environmental Resource Permit application, Deliverables · Twelve sets of plans and Contract documents for Distribution to Bidders · Ten (10) sets of conformed Contract Documents at the pre-construction conference · Four (4) sets of half-sized conformed drawings and one photo-ready set at the pre-construction conference · One (I) set of reproducible originals, five (5) sets of blue prints and three (3) electronic copies of AutoCadd Version 14.0 Record Drawings with a directory of contents; · Two (2) sets of draft construction certification documents for review, and six sets of final certification documents for distribution to City staff and submittal to the regnlatory agencies by the City. Schedule · The Engineer's Scope of Work and fee for this Task Authorization is based on a project construction period starting from the date of initiation of survey and bidding services through final certification of closure by FDEP. The duration of the project is projected to be thirty-six (36) weeks, including an anticipated twenty-two week construction period. If the construction period exceeds this duration, further authorizations may be required from the City. The Engineer will obtain authorization from the City prior to performing any services tbr this Task Authorization beyond the above-described scope of services. Assumptions · The City will provide a part-time project coordinator for the duration of the construction contract to assist and coordinate with the Engineer. The City shall provide a part- time inspector to be CONSTRUCTION SERVICES PROPOSALDOCJ 12 "trained" by the Engineer during the initial phase of construction. The City's pan-time inspector will assist the Engineer with observation of non-critical aspects of the construction ( storm water system excavation, base grading of the existing landfill, final punch list completion) · The Engineer will coordinate with the City's project 'coordinator in conducting substantial and final completion inspections for the project, and in generating and formalizing a "punch list" at each inspection. · The Contractor will assist the Engineer in maintaining a separate set of redlined "as-built drawings." The Engineer will periodically review accuracy of Contractor's "as-built". The Contractor's redlined "as-built drawings" will be used by the Engineer to prepare Record Drawings and record drawings will be marked as such. · The budget for the Engineer's full time RPR services is based on four (4) weeks at 40 hours per week. Construction Testing and Observation will also be performed for a period not to exceed 240 hours by the Materials Testing Quality Assurance representative. · Engineer's part time RPR services are limited to the eighty (80) hours in this proposal. If the City decides part time RPR services are not needed or can be reduced, the budget for this subtask will be modified. · Two (2) Change Orders are budgeted in this Task Authorization. Change orders to the construction contract are periodic compilation of additions or deletions requested by the City from the Contractor, including changes approved by the City as a result of RFI's from the Contractor. · The Engineer will establish a separate project number to track the Contractor's Back-Chafffeable services as described in Subtask B. I2, and report to the City when requested and/or at least on a bi-monthly basis the charges to this account; · The budget for laboratory testing for this Task Authorization is based on the LLDPE Base Bid. If the City decides to select Alternate Bid (GCL), the budget for laboratory testing will be reduced approximately $3000.00 due to decreased cost of laboratory testing. Detailed descriptions of construction material testing and cost breakdown for both Base Bid and Alternate Bids are included in the Geotechnical Proposal in Attachment C of this Task Authorization. CONSIRUC'rlON SERVICES PROPOSAL.DOC/ 13 Contract Amendment No. 1 - Phase IH Services Engineering and Bidding Services, Program Management, Materials Testing & Quality Assurance Services During Construction Art Lane Class III Landfill Closure The parties hereto have made and executed this Amendment to the Contract for the engineering services stated herein. CITY OF SANFORD WCG, Inc. (formerly GLACE & RADCLII~I~'Iz, Inc.) Larry A. Dale, Mayor Dav~ .E. City of Sanford President Date: 0 1 - I C) - 19 t Date: //¢/ / Attachment A Summary of Fees and Direct Costs Z 3ql~V,l, TABLE 3 Summary of Other Direct Costs Engineering, Bidding Services Program Management, Materials Testing and Quality Assurance Services Art Lane Class III Landfill Closure Total Description Quantity Units Unit Cost Total Cost Reproduction Photocopies 6000 each $0.10 $600 Blueprints 150 each $1.00 $150 1/2-size Computer Plots 60 each $5.00 $300 Full-size Computer Plots 30 each $ I 0.00 $300 Full-size Mylar Plots 30 each $15.00 $450 Subtotal - Reproduction $ 1,800 Computer Services Engineering(l) 120.4 hours $14.00 $1,686 CAD Design(2) 106.4 hours $I 1.00 $1,170 Document Processing(3) 56.7 hours $5.00 $284 Subtotal ~ Computer Services $3,140 Conununications (Fax) 6 months 45 $270 Postage, Freight, Courier 16 each 20 $320 Miscellaneous Supplies (Binders) 8 each 5 $40 T O T A L ~5,,570 ( 1 ) ENGINEER HOURS 20% (2) TECHNICIAN HOURS 20% (3) CLEtLICAL HOURS 70% Attachment B Project Schedule ART LANE CLASS III LANDFILL CLOSURE PROJECT Engineering and Bidding Services, Program Management,Materials Testing, and Quality Assurance Services During Construction Attachment C Subconsultant Proposal for Material Testing / Construction Quality Assurance Ardaman and Associates, Inc. Ardaman & Associates, Inc. Mator~alr; Consultar, ts November 27, 2000 File Number 00-164 WCG, Inc. 630 North Wymore Road Suite 370 Maltland, FL 32751 Attention: Mr. John M. Less, P.E. Subject: Proposal for Construction Quality Assurance (CQA) Inspection and Testing Services Associated with Closure of the City of Sanford Art Lane Landfill Gentlemen: As requested, Ardaman & Associates, Inc., is pleased to submit this proposal for providing construction quality assurance (CQA) inspection and testing services associated with closure of the City ofSanford ArtLane Landfill. In preparation ofthis proposaI, Ardaman&Associates, Inc., has reviewed the Site Plan/Final Cover Plan prepared by WCG, Inc., for the FDEP closure permit application. According to the design drawings, closure of the Art Lane Landfill will involve construction of an approximately 7-acre final cover. The final cover system designed by WCG, Inc., consists of, in ascending order, a 12-inch thick layer granular fill for gas collection, an infiltration barrier consisting of either a geosynthetic clay liner (GCL) or a 40-rail linear low density polyethylene (LLDPE) liner, a 12-inch thick layer of granular soil for stormwater infiltration drainage, and a 12-inch thick layer of organic soil for support of a sod cover. We understand that our services for this project will consist of field inspection services during installation of the infiltration barrier (i.e., the GCL or LLDPE liner) and placement of the. gas collection and stormwater infiltration drainage layers, and laboratory testing services to determine conformance of material properties and construction procedures with the design prepared by WCG, Inc. The total cost for our CQA inspection and testing services will depend on the duration of construction and the number of laboratory tests that have to be pe~ormed. For this proposal, we have assumed that the total duration for installation of the infiltration barrier and placement of the gas collection and drainage soil layers to be 30 working days (an installation rate of one acre per day for the infiltration barrier and a fill placement rate of 1,000 cubic yards per day for the gas collection and drainage layers). We have also prepared this proposal based on the laboratory CQA test schedule presented on Table 1. WCG, Inc. File Number 00-164 -2- Qualification Testincl for Geosvnthetic Materials Ardaman & Associates, Inc., will perform laboratory tests to qualify the material for landfill closure. We will also review any relevant submittal provided by the contractor or liner manufacturer. For this proposal, we have assumed that the material data sheets and a representative liner sample will be provided to us for laboratory testing by the contractor prior to shipment of the matedal to the job site. If GCL is selected for landfill closure, the recommended qualification tests will include thickness measurement, bentonite moisture content and mass per unit area determinations, and hydraulic conductivity test. Three direct shear tests (at different normal stresses) will also be performed on samples of the GCL and granular soil for the drainage layer to determine the interface fdction angle between the two materials. If LLDPE liner is selected for landfill closure, the qualification tests will include determinations of th ickness, specific gravity, carbon black content, tear resistance and tensile properties (i.e., tensile strength at yield, tensile strength at break, elongation at yield, elongation at break). Three direct shear tests (at different normal stresses) will also be performed on samples of the geomembrane liner and granular soil for the drainage layer to determine the interface friction angle between the two materials. Ardaman & Associates, Inc., also recommends that any geotextile that will be used to wrap around the gas collection and conveyance system be tested for mass per unit area, Mullen burat strength, grab tensile strength, puncture resistance and apparent opening size. The total costs associated with performance of the qualification tests, review of the contractor's submittal, and evaluation of the qualification test data are estimated to be $2,000 for the GCL or the LLDPE liner, and $500 for the geotextile. Evaluation of Borrow Soils Ardaman & Associates, Inc., recommends performance of laboratory tests to characterize,each borrow material proposed for the closure construction. These tests will include determinations of moisture content, organic content, hydraulic conductivity, grain size distribution, and standard Proctor maximum dry density. For this proposal, we have assumed that a representative soil sample from each borrow will be provided to us for laboratory testing by the contractor, and that there are no more than three borrowsamplesfortheentireproject. Investigationsofborrowareasarebeyondthescopeofthis proposal. The total cost associated with performance of the above laboratory tests and evaluation of the test data for up to three samples of the borrow materials with performance of a total of six laboratory permeability tests is estimated to be $2,000. WCG, Inc. File Number 00-164 -3- Field Insl~ection Services During installation of the top liner and placement of the gas collection and drainage layers, Ardaman & Associates, Inc., will provide full time on-site CQA inspection service by one of our senior field technicians. The field technician will work under the direct supervision of one of our engineers who is experienced in installation of geosynthetic materials. The duties of our field technician will include observations of the gas collection layer below the liner, liner installation procedures, liner seaming procedures, field verification tests performed by the contractor, and placement of the drainage layer above the liner. In addition, our field technician will collect samples of the geosynthetic materials for routine CQA testing during construction, and prepare dally inspection reports to document the activities for each work day. Our field techn ician will be billed at a rate of $48.00 per hour. Considering a I O-hour work day and a construction period of 30 working days, the cost for on-site CQA inspection service is estimated to be $14,400. Laboratory CQA Testin~l Routine laboratory CQA testing will be performed during installation of the infiltration barrier and placement of the gas collection and drainage layers in accordance with the test requirements and frequencies shown in Table 1. If GCL is selected for landfill closure, the routine laboratory CQA tests will include thickness, and bentonite moisture content and mass per unit area determinations at a test frequency of two per acre for a total of 14 samples. If LLDPE liner is selected for landfill closure, the tests will include determinations of thickness, specific gravity, carbon black content, tear resistance and tensile propert es (i.e., tensile strength at yield, tensile strength at break, elongation at yield, elongation at break), also at a rate of two samples per acre for a total of 14 samples, and measurements of seam peel and shear strengths at a rate of one sample for every 500 lineal feet of seam for a total of 28 samples (assuming the liner roll width to be 22.5 feet). The costs for performance of these laboratory CQA tests are estimated to be $882 for the GCL option, and $5,250 for the LLDPE liner option. We recommend sieve analyses be performed on samples of the gas collection and drainage layers at a rate of two samples for acre for a total of 28 samples. The cost for performance of these laboratory CQA tests is estimated to be $952. En,clineerin~ and Sul~Dort Services Engineering services that will be provided by Ardaman & Associates, Inc., associated with construction of the final cover system will include: (i) review of the design drawings and technical specifications prepared by WCG, Inc., (ii) coordination of field and laboratory CQA activities; (iii) discussion with our field technician on a daily basis; (iv) performance of at least one site visit; (v) review and evaluation of the CQA test data; and (vi) issuance of engineering reports documenting the CQA test data. A budget of $6,000 is requested for our engineering and support services as well as for miscellaneous outside services. WCG, Inc. File Number 00-164 -4- .Closure The total estimated cost for this project is $26,700 for the GCL option, and $31,100 for the LLDPE liner option. Invoices for this project will be issued monthly based on actual man-hours expended and laboratory tests performed in accordance with the attached 2000 fee schedule. Please note that our cost estimates are based on the anticipated construction duration and the laboratory tests indicated herein. if the actual construction period is longer or shorter than anticipated or the laboratory tests are differant from those presented herein, our fee will have to be revised accordingly. if you have any questions concerning this proposal, please contact us. Very truly yours, A DAMAN &~ICIATES, iNC. Scott W. Davidson, P.E. Vice President Enclosures Table 1 Laboratory CQA Test Schedule Number of Tests Property Test Method Qualification Construction · Geosynthetic Clay Liner Thickness ASTM D 5199 1 0 Moisture Content and Mass Per Unit Area ASTM D 2216 I 7 Hydraulic Conductivity ASTM D 5084 1 0 Direct Shear Test ASTM D 5321 3 0 · LLDPE Geomembrane Liner Sheet Thickness ASTM D 5994 1 14 Specific Gravity ASTM D 792 I 14 Carbon BJack Content ASTM D 1603 1 14 Tear Resistance ASTM D 1004 1 14 Tensile Properties AS'I'M D 638 1 14 Direct Shear Test ASTM D 5321 3 0 Seam Peel Strength ASTM D 413 0 28 Seam Shear Strength ASTM D 882 0 28 · Geotextile Mass Per Unit Area ASTM D 3776 1 0 Mullen Burst Strength ASTM D 3786 I 0 Grab Tensile Strength ASTM D 4632 1 0 Puncture Resistance ASTM D 4833 1 0 Apparent Opening Size ASTM D 4751 1 0 · Gas Transmission and Drainage Layers Moisture Content ASTM D 2216 3 0 Organic Content ASTM D 2974 3 0 Hydraulic Conductivity ASTM D 2434 6 0 Sieve Analyses ,~ ASTM D 421.422 6 28 Std Proctor Compaction ASTM D 698 3 0