Loading...
770-Glace & Radcliffe TBIS AGREEMENT is made and entered into this/b~ day of August, 1999, by and between GLACE & RADCLIFFE, INC. duly authorized to conduct business in the State of Florida, whose address is 630 N. Wymore Road, Suite 370, Mailland, Florida 32751, hereinafter called the "ENGINEER" and ~ CITY OF SANFORD, FLORIDA, a political subdivision of the Seminole County, Florida, who address is City Hall 300 N. Park Avenue, Sanford, Florida 32772, hereinaf~er called the "CITY." WITNESSETH: WFI~REAS, the CITY desires to retain the services of competent and qualified consultants to provide engineering consultant services for the Art Lane Class III Landfill project in Sanford and other services as needed, and WHEREAS, the CITY has requested and received expression of interest for the retention of services of consultants; and Wltl~REAS, ENGINEER is competent and qualified to furnish consulting services to the CITY and desires to provide its professional services according to the terms and conditions stated heroin, NOW, TItEREFORE, in consideration of the mutual understandings and covenants set forth herein, CITY and ENGINEER agree as follows: SECTION 1. SERVICES. CITY does hereby retain ENGINEER to furnish professional services and perform those tasks as further described in the Scope of Services attached hereto and incorporated herein as Exhibit "A" . SECTION 2. AUTHORIZATION FOR SERVICES. Authorization for performance of professional services by the ENGINEER under this Agreement shall be in the form of written notice to proceed issued and executed by the CITY. SECTION 3. TIME FOR COMPLETION. The services to be rendered by ENGINEER shall be commenced upon issuance of the notice to proceed issued by the CITY and shall be completed as described in the Scope of Services. It is anticipated that this project will be authorized in phases as outlined in the Scope of Services. Therefore, purchase orders and/or change orders will be provided to the ENGINEER by the CITY upon appropriate authorization and agreement to the additional phases. Agreement, page 1 of 12 SECTION 4. COMPENSATION. The CITY agrees to compensate ENGINEER for the professional services called for under this Agreement on either a fixed fee (lump sum), or on a "Time Based" (hourly plus expenses) method. ffa notice to proceed and/or additional scope of services is issued under a "Time Basis Method," then ENGINEER shall be compensated in accordance with the rate schedule attached as Exhibit "A." SECTION 5. BILLING AND PAYMENT. (a) Payments shall be made to the ENGINEER when requested as work progresses for services furnished, but no more than once monthly. ENGINEER may invoice amount due based on percentage of total required services actually performed and completed. Upon review and approval of ENGINEER' s invoice, the CITY shall, within thirty (30) days of receipt of the invoice, pay ENGINEER~ but no more than once monthly. (b) ENGINEER shall render to the CITY, at the dose of each calendar month, an itemized invoice, properly dated including, but not limited to, the following information: ( 1 ) The name and address of the ENGINEER; (2) Contract Number; (3) Such other information as may be required by this Agreement or requested by the CITY from time to time. The original invoice shall be sent to: Charles Hargrove Support Services Coordinator 300 N. Park Avenue P.O. Box 1788 Sanford, Florida 32772-1788 © Payment shall be made a_Qer review and approval by CITY within thirty (30) days of receipt of a proper invoice from the ENGINEER. SECTION 6. AUDIT OF RECORDS. (a) CITY may perform or have performed an audit of the records of ENGINEER a~er final payment to support final payment hereunder. This audit would be performed at a time mutually agreeable to ENGINEER and CITY subsequent to the close of the final fiscal period in which the last work is performed. Total compensation to ENGINEER may be determined subsequent to an audit as provided for in this Section, and the total compensation so determined shall be used to calculate final payment to ENGINEER. Conduct of this audit shall not delay final payment as Agreement, page 2 of 12 required by Section 5 herein. (b) The ENGINEER agrees to maintain all books, documents, papers, accounting records and other evidences pertaining to work performed under this Agreement in such a manner as will readily conform to the terms of this Agreement and to make such materials available at ENGINEER' s office at all reasonable times during the Agreement period and for three (3) years from the date of fmai payment under the agreement for audit or inspection as provided for in subsection (a) of this Section. © In the event any audit or inspection conducted after fmai payment, but within the period provided in subsection (b) of this Section reveals any overpayment by CITY under the terms of the Agreement, ENGINEER shall refund such overpayment to CITY within thirty (30) days of resolution of any dispute regarding such overpayment. SECTION 7. RESPONSIBILITY OF ENGINEER (a) ENGINEER shall be responsible for the professional quality, teclmicai accuracy and the coordination of all plans, studies, reports and other services furnished by ENGINEER under this Agreement. ENGINEER shall, without additional compensation, correct or revise any errors or deficiencies in services. (b) Neither the CITY's review, approval or acceptance of, nor payment for, any of the services required shall be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of the Agreement and the ENGINEER shall be and remain liable to the CITY in accordance with applicable law for all damages to the CITY caused by the ENGINEER' s performance of any of the services furnished under this Agreement. SECTION 8. OWNERSHIP OF DOCUMENTS. All deliverable analysis, reference data, survey data, plans and reports that result from the ENGINEER's services under this Agreement shall become the property of the CITY after final payment for the specific service provided is made to ENGINEER. Any changes or revisions to the documents furnished by ENGINEER made by CITY or its agents without the written approval of ENGINEER shall be the responsibility of the CITY. SECTION 9. TERM. This ASreement shall take effect on the date of ks execution by CITY and shall remain in effect until completion of all review and acceptance work required by the Scope of Services. Agreement. page 3 of 12 SECTION 10. TERMINATION. (a) The CITY may, by written notice to the ENGINEER, terminate this Agreement, in whole or in part, at any time, either for the CITY' s convenience or because of the failure of the ENGINEER to fulfill ENGINEER's Agreement obligations. Upon receipt of such notice, the ENGINEER shall: (1) immediately discontinue all services affected unless the notice directs otherwise, and (2) deliver to the CITY all plans, studies, reports, esthnates, summaries, and such other information and materials as may have been accumulated by the ENGINEER in performing this Agreement, whether completed or in process. (b) If the termination is for the convenience of the CITY, the ENGINEF_R shall be paid compensation for services performed to the date of termination. ENGINEER shall be paid no more than a percentage of the Fixed Fee mount equivalent to the percentage of the completion of work contemplated by the Agreement. © If the termination is due to failure of the ENGINEER to ridfill his Agreement obligations, the CITY may take over the work and prosecute the same to completion by Agreement or otherwise. In such case, the ENGINEER shall be liable to the CITY for roasonable additional costs occasioned to the CITY thereby. The ENGINEER shall not be liable for such additional costs if the failure to perform the Agreement arises out of causes beyond the control and without the fault or negligence of the ENGINEER. Such causes may include, but are not limited to, acts of God or of the public enemy, acts of the CITY in either it sovereign or contractual capacity, fire, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather; but, in every case, the failure to perform must be beyond the control and without the fault or negligence of the ENGINEER. (d) If,, at~er notice of termination for failure to fulfill Agreement obligations, it is determined that the ENGINEER had not so failed, the termination shall be deemed to have been effected for the convenience of the CITY. In such event, adjustment in the Agreement price shall be made as provided in subsection (b) of this Section. (e) The rights and remedies of the CITY provided in this clause are in addition to any other rights and remedies provided by law or under this Agreement. SECTION 11. AGREEMENT AND SCOPE OF SERVICES CONFLICT. Whenever the terms of this Agreement conflict with any scope of services or change orders, the Agreement, page 4 of 12 agreement shall prevail. SECTION 12. EQUAL OPPORTUNITY EMPLOYMENT. The ENGINEER agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, religion, sex, age, disability, or naf~onal origin and will take steps to ensure that applicants are employed, and employees are treated during employment, without regard to race, color, religion, sex, age, disability, or national origin. This provision shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment advertis'rag, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. SECTION 13. NO CONTINGENT FEES. ENGINEER warrants that it has not employed or retained any company or persons, other that a bona fide employee working solely for the ENGINEER, to solicit or secure this Agreement and the ENGINEER has not paid or agreed to pay any persons, company, corporation, individual or firm, other than a bonafide employee working solely for ENGINEER, any fee, commission, percentage, gi~, or other consideration confmgent upon or resulting ~'om the award or making of the Agreement. For the breach or violation of this provision, CITY shall have the right to terminate the Agreement at its discretion, without liability and to deduct from the Agreement price, or otherwise recover, the full amount of such fee, commission, percentage, gi~ or consideration. SECTION 14. ASSIGNMENT. This Agreement, or any interest herein, shall not be assigned, transferred, or otherwise encumbered, under any circumstances, by the parties here~o without prior written consent of the opposite party and only by a document of equal dignity herewith. SECTION 15. SUBCONTRACTORS. In the event ENGINEER, during the course of the work under this Agreement, requires the services of any subcontractors or other professional associates in connection with services covered by this Agreement, ENGINEER must secure the prior written approval of the CITY. If subcontractors or other professional associates are required in connection with the services covered by this Agreement, ENGINEER shall remain fully responsible for the services of subcontractors or other professional associates. Agreement, page 5 of 12 SECTION 16. INDEMNIFICATION OF CITY. ENGINEER shall indemnify and save harmless and defend CITY, its officers, agents, and employees from and against any claim, demand or cause of action related to the performance of services under this Agreement due to the errors, omissions, and/or negligence by ENGINEER, its officers, agents or employees. SECTION 17. INSURANCE. (a) General. The ENGINEER shall at the ENGINEER' s own cost, procure the insurance required under this Section. (1) The ENGINEER shall furnish the CITY with a Certificate of Insurance signed by an authorized representative of the insurer evidencing the insurance required by this Section (Professional Liability, Workers' Compensation/Employer' s Liability and Commercial General Liability). The CITY, it officials, officers, and employees shall be additional named insured under the Commercial General Liability policy. The Certificate of Insurance shall provide that the CITY shall be given not less than thirty (30) days written notice prior to the cancellation or restriction of coverage. Until such time as the insurance is no longer required to be maintained by the ENGINEER, the ENGINEER shall provide the CITY with a renewal or replacement Certificate of Insurance not less than thirty (30) days before expiration or replacement of the insurance for which a previous certificate has been provided. (2) The Certificate shall contain a statement that it is being provided in accordance with the Agreement and that the insurance is in full compliance with the requirements of the Agreement. Provide further, that in lieu of the statement on the Certificate, The ENGINEER shall, at the option of the CITY submit a sworn, notarized statement from an authorized representative of the insurer that the Certificate is being provided in accordance with the Agreement and that the insurance is in full compliance with the requirements of the Agreement. (3) In addition to providing the Certificate of Insurance, if required by the CITY, The ENGINEER shall, with thirty (30) days after receipt of the request, provide the CITY with a certified copy of each of the policies of insurance providing the coverage required by this Section. (4) Neither approval by the CITY or failure to disapprove the insurance furnished by ENGINEER shall relieve the ENGINEER of the ENGINEER' s full responsibility for performance of any Agreement, page 6 of 12 obligation including ENGINEER' s indemnification of CITY under this Agreement. (b) Insurance Company Requirements. Insurance companies providing the insurance under this Agreement must meet the following requirements: (1) Companies issuing policies other that Workers' Compensation, must be authorized by maintaining Certificates of Authority issued to the companies by the Department of Insurance of the State of Florida to conduct business in the State of Florida. Policies for Workers' Compensation may be issued by companies authorized as a group self-insurer by Section 440.57, Florida Statutes. (2) If, during the period which an insurance company is providing the insurance coverage required by this Agreement, an insurance company shall: 1 ) lose its Certificate of Authority, 2) no longer comply with Section 440.57, Florida Statutes, or 3) fail to maintain the Best's Rating and Financial Size Category, the ENGINEER shall, as soon as the ENGINEER has knowledge of any such circumstance, immediately notify the CITY and immediately replace the insurance coverage provided by the insurance company with a different insurance company meeting the requirements of this Agreement. Until such time as the ENGINEER has replaced the unacceptable to the CITY the ENGINEER shall be deemed to be in default of this Agreement. (c) Specifications. Without limiting any of the other obligations or liability of the ENGINEER, the ENGINEER shall, at the ENGINEER's sole expense, procure, maintain and keep in force amounts and types of insurance conforming to the minimum requirements set forth in this Section. Except as otherwise specified in the Agreement, the insurance shall become effective prior to the commencement of work by the ENGINEER and shall be maintained in force until the Agreement completion date. The amounts and types of insurance shall conform to the following minimum requirements. ( 1 ) Workers' Compensation/Employer' s Liability. (A) ENGINEER' s insurance shall cover the ENGINEER and its subcontractors of every tier for those sources of liability which would be covered by the latest edition of the standard Worker' s Compensation Policy, as filed for used in Florida by the National Council on Compensation Insurance, without restrictive endorsements. In addition to coverage is to be included for the United States Longshoremen and Harbor Workers' Compensation Act, Federal Employers' Liability Act and any other Agreement, page 7 of 12 applicable federal or state law. (B) Subject to the restrictions of coverage found in the standard Workers' Compensation Policy, there shall be no maximum limit on the mount of coverage for liability imposed by the Florida Workers' Compensation ACt, the United States Longshoremen' s and Harbor Workers' Compensation A~t, or any other coverage customarily insured under Part One of the standard Workers' Compensation Policy. (C) The minimum amount of coverage under Part Two of the standard Workers' Compensation Policy shall be: $500,000 (Each Accident) $1,000,000 (Disease-Policy Limit) $500,000 (Disease-Each Employee) (2) Commercial General Liability. (A) The ENGINEER' s insurance shall cover the ENGINEER for those sources of liability which would be covered by the latest edition of the standard Commercial General L'mb'fiity Coverage Form (ISO Form CG 00 01), as filed for use in the State of Florida by the Insurance Services Office, without the attachment of restrictive endorsements other than the elimination of Coverage C, Medical Payment and the elimination of coverage for Fire Damage Legal Liability. (E) The minimum limits to be maintained by the ENGINEER (inclusive of any amounts provided by an Umbrella or Excess Policy) shall be those that would be provided with the attachment of the Amendment of L'nnits of Insurance (Designated Project or Premises) endorsement (ISO Form CG 25 01) to a Commercial General Liability Policy with amount of specified for each project: Coverage L'maits General Aggregate Three ( 3 ) Times the Each Occurrence Limit Personal & Advertising Injury Limit $500,000.00 Each Occurrence Limit $500,000.00 (3) Professional Liability Insurance. The ENGINEEK shall cany limits of not less the FIVE HUNDRED THOUSAND AND NO/100 DOLLARS ($500,000.00). (d) Coverage. The insurance provided by the ENGINEER pursuant to this Agreement shall apply on a primary basis and any other insurance or self-insurance maintained by the CITY or the Agreement, page 8 of 12 CITY' s officials, officers, or employees shall be excess of and not cont~bufmg with the insurance provided by or on behalf of the ENGINEER. (e) Occurrence Basis. The Workers' Compensation Policy and the Commercial General Liability required by this Agreement shall be provided on an occurrence rather than a claims-made basis. The Professionai Liability insurance policy must either by on an occurrence basis, or, if a claims- made basis, the coverage must respond to all claims reported within three (3) years following the period for which coverage is required and which would have been covered had the coverage been on an occurrence basis. (f) Obligations. Compliance with the foregoing insurance requirements shall not relieve the ENGINEER, its employees or agents of liability from any obligation under a Section or any other portions of this Agreement. SECTION 18. ALTERNATIVE DISPUTE RESOLUTION. (a) In the event of a dispute related to any performance or payment obligation arising under this Agreement, the parties agree to exhaust CITY administrative dispute procedures prior to filing suit, or (b) In the event that CITY administrative dispute procedures are exhausted and a suit is filed or legal remedies are otherwise pursued, the parties shall exercise best efforts to resolve disputes through voluntary mediation. Mediator selection and the procedures to be employed hi voluntary mediation shall be mutually acceptable to the parties. Costs of voluntary mediation shall be shared equally among the parties participating in the mediation. SECTION 19. REPRESENTATIVE OF CITY AND ENGINEER. (a) It is recognized that questions in the day-to-day conduct of performance pursuant to this Agreement will arise. The CITY, upon request by ENGINEER, shall designate in writing and shall advise ENGINEER in writing of one (1) or more CITY employees to whom all commtmicafions pertaining to the day-to-day conduct of the Agreement shall be addressed. The designated representative shall have the authority to transmit instructions, receive information and interpret and define the CITY policy and decisions pertinent tot he work covered by this Agreement. (b) ENGINEER shall, at all times during the normal work week, designate or appoint one or more representatives of ENGINEER who are authorized to at on behalf of ENGINEER regarding all Agreement, page 9 of 12 matters involving the conduct of the performance pursuant to this Agreement and shall keep CITY continually advised of such designation. SECTION 20. ALL PRIOR AGREEMENTS SUPERSEDED. This document incorporates and includes all prior negotiations, correspondence, conversations, agreements of understandings applicable tot he matter contained herein and the parties agree that there are not commitments, agreements or understandings concerning the subject matter of the Agreement that are not contained or referred to in this document. Accordingly, it is agreed that no deviation from the terms hereof shall be predicated upon any prior representations or agreements, whether oral or written. SECTION 21. MODIFICATIONS, AMENDMENTS OR ALTERATIONS. NO modification, amendment or alteration in the terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. SECTION 22. INDEPENDENT CONTRACTOR. It is agreed that nothing herein contained is intended or should be construed as in any manner creating or establishing a relationship of copartners between the parties, or as constituting the ENGINEER including its officers, employees, and agents, the agent, representative, or employee of the CITY for any purpose, or in any manner, whatsoever. The ENGINEER is to be and shall remain an independent contractor with respect to all services performed under this Agreement. SECTION 23. EMPLOYEE STATUS. Persons employed by the ENGINEER in the performance of services and functions pursuant to this Agreement shall have no dalm to pension, workers' compensation, unemployment compensation, civil service or other employee rights or privileges granted to the CITY officers and employees either by operation of law or by the CITY. SECTION 24. SERVICES NOT PROVIDED FOR/AND ADDITIONAL SERVICES. No claim for services furnished by the ENGINEER not specifically provided for herein shall be honored by the CITY. However, if the CITY requests additional services beyond the Scope of Services in Exhibit "A" or as it may be modified, the CITY will be responsible for payment to the ENGINEER of such mutually agreed work. Agreement, page 10 of 12 SECTION 15. PUBLIC RECORDS LAW. ENGINEER acknowledges CITY' s obligations under Article 1, Section 24, Florida Constitutior~ and Chapter 119, Florida Statutes, to release public records to members of the public upon request. ENGINEER acknowledges that CITY is required to comply with Article 1, Section 24, Florida Constitution and Chapter 119, Florida Statutes, in the handling of the materials created under this Agreement and that said statute controls over the terms of this Agreement. SECTION 26. NOTICES. Whenever either party desires to give notice unto the other, it must be given by written notice, sent by certified United States mail, with retum receipt requested, addressed to the party for whom it is intended at the place last specified and the place for giving on notice shall remain such until it shall have been changed by written notice in compliance with the provisions ofthis Section. Forthe present, the paff~es designate the following as the respective places for giving of notice, to wit: For CITY: City of Sanford Public Works Director 300 N. Park Avenue P.O. Box 1788 Sanford, Florida 32772-1788 For ENGINEER: Glace & Radcliffe, Inc. 630 N. Wymore Road Suite 370 Maitland, Florida 32751 SECTION 27. RIGHTS AT LAW RETAINED. The rights and remedies of the CITY, provided for under this Agreement, are in addition to any other rights and remedies provided by law. SECTION 28. COMPLIANCE WITH LAWS AND REGULATIONS. In providing all services pursuant to this Agreement, the ENGINEER shall abide by all statutes, ordinances, rules and regulations pertaining to, or regularrag the provisions of, such services, including those now in effect and hereat~er adopted. Any violation of said statutes, ordinances, rules, or regulations shall constitute a material breach of this Agreement immediately upon delivery of written notice of termination to the ENGINEER. Agreement, page 11 of 12 SECTION 29. CONFLICT OF INTEREST. (a) The ENGINEER agrees that it will not engage in any action that would create a conflict of interest in the performance of its obligations pursuant to this Agreement with the CITY or which would violate or cause others to violate the provisions of Florida Statutes, relating to ethics in government. (b) The ENGINEER hereby certifies that no officer, agem or employee of the CITY has any material interest (as defined in Section 112.312(15), Florida Statutes, as over 5%) either directly or indirectly, in the bus'mess of the ENGINEER to be conducted here, and that no such person shall have any such interest at any time during the term of this Agreement. (c) Pursuant to Section 216.347, Florida Statutes, the ENGINEER hereby agrees that monies received from the CITY pursuant to this Agreement will not be used for the purpose of lobbying the Legislature or any other State or Federal Agency. IN WITNESS WIIEREOF, the parties hereto have made and executed this Agreement for the purposes stated herein. GLACE & RADCLIFFE, INC. CITY OF SANFORD, FLORIDA DAVID '~ . -- 7 DALE, > yor Date: Date: . ./ ~ ATTEST: (CORPORATE SEAL) Agreement, page 12 of 12 PROPOSAL FOR ENGINEERING SERVICES ART LANE CLASS III LANDFILL CLOSURE Exhibit A INTRODUCTION Glace & Radcliffe, Inc. (G&R or Engineer) has been retained by the City of Sanford (City) to provide engineering services including survey, evaluation of closure alternatives, permitting, and final design for the Art lane Class III closure project. The overall services are divided into three phases as described below: Phase I engineering services to be provided under this proposal consist of survey, evaluation of final uses, and evaluation of closure altematives. · Phase II services are comprised of landfill closure and storm water permitting, and final design. · Phase III tasks consist of bidding and construction services, as needed. Phase II and Phase III services will be finalized and priced as a revision to the Phase I proposal at a later date. PURPOSE AND BACKGROUND This project is to design, permit and construct a final closure cap and stormwater management system for the Art Lane Class III Landfill. The landfill is located approximately three blocks north of Lake Mary Boulevard on Art Lane. The City is considering muse of the closed landfill for public use. This solid waste facility is a low profile 6.7 acre unlined Class III landfill that was last operated in the early 1990's. Class III wastes deposited in the landfill are temporarily covered with permeable soils for vector, odor and erosion control. Under current Class III regulations adopted in 1997, the final cover (cap) layer has to be "tightened" using a low permeability barrier layer to prevent infiltration, and subsequent potential generation of landfill leachate. The Art Lane Landfill is located in a high groundwater table area with seasonal high groundwater levels a few feet below the ground surface. The addition of low permeability cap will resuh in increased stormwater runoff, which requires treatment in a wet detention pond system. The wet detention system will empty to a drainage ditch along the east edge of Driftwood Lane. The drainage ditch conveys storm water southward to the north drainage system of Lake Mary Boulevard. SCOPE OF SERVICES PHASE 1 SERVICES Task A Project Initiation, Final Use Preliminary Assessment and Survey Services Subtask A-1 Project Initiation G&R will hold one (1) kick-off meeting with the City of Sanford to discuss the City' s possible use of the site and to gather information for conceptual design and permitting issues. The base use of the site is as a restricted access facility. Two public access use options will be discussed. The first public access option is a passive use site with minimal underground facilities. The second option will involve more active uses such as athletic fields and related buildings. Subtask activities are: · Contact FDEP to discuss FDEP requirements and objectives for the closure project. Preparation of list of issues and information requirements prior to kickoff meeting · Establish City protocol for implementation of the project ( project responsibilities, quality assurance, billing and payment procedures) · Schedule for Work including subconsultants and survey Subtask A-2 Preliminary Field Investigation by Ecologist Lotspeich and Associates, Inc will assist G&R with a prolira'mary site visit to evaluate wetlands and threatened and endangered (T&E) impacts. Information will be used to define wetland limits of the project and for the preparation of the Environmental Resource Permit during Phase II. Subtask activities are comprised of: Review existing information concerning wetlands and potential Threatened and Endangered (T&E) species. · Discuss the January 1999 FDEP field visit with FDEP and contact Army Corps of Engineers regarding potential wetlands permitting Conduct a preliminary field visit to verify the presence and extent of onsite wetlands including the storm water collection area and the onsite borrow pit. Prelim'marily stake on-site wetlands · Examine offsite ditch to assure that wetland indicators are not present. · Perform limited transect ecological survey to search for presence or use by T&E plant and animal species · Prepare ecological summary in ERP format. 2 Subtask A-3 Survey of Art Lane Landfill Site and related Facilities Under this subtask, G&R will research existing local benchmarks, drainage easements, adjacent property records and platted subdivisions to develop legal descriptions or verify and modify as needed the existing landfill legal description and boundary survey. Other landfill related survey services specifically include these activities: · One (1) meeting with City of Sanford personnel to determine existing survey information and information needs for this subtask and Task C · Research Art Lane Landfill surrounding property owner deeds and records for landfill boundary survey · Research adjacent offsite drainage easements and existing storm water plans · Field Survey of property boundary / preparation of legal description · Setting of permanent monuments · Specific Survey for aboveground structures such as fences, utility poles, Markers for underground utilities to 100 feet outside of property line or to platted subdivision boundaries · Staking and coordinates of limit of waste as previously determined by Arduman and Associates · Survey of preliminary onsite wetlands boundary · Detailed topographic survey of Art Lane Landfill Site with 1.0 foot contours including spot elevations. · Detailed survey of drainage easement and outfall ditch to Lake Mary Boulevard drainage system including ditch cross sections at 100 foot intervals and any structures connected into outfail ditch. Lake Mary Boulevard ditch system will be surveyed 250 feet east and west of the unnamed ditch connection point · Preparation of survey base drawings (plan and sections) of Art Lane landfill and offsite ditches, to be used for detailed design · Provide certified base survey for Art Lane landfill site and Driftwood Lane drainage ditch to the City of Sanford Task B Closure Alternatives Evaluation Subtask B-1 Development of Final Use Options Three options for future use of the Art Lane landfill site will be developed by the Engineer for City evaluation, The options to be evaluated are: Base Option-Restricted Access (limited to City personnel maintaining site as closed Landfill) Option 1 - Passive Use Park (green space, walking paths, low profile landscaping, day use only ,unpaved parking, m'mimal perimeter lighting, no rest room facilities) Option 2- Active Use Park with (green space, baseball field, soccer field, football field, 3 unpaved parking, day use only, minimal perimeter lighting, rest room facilities inc. sewer and water) Activities under this subtask are: Conduct a comprehensive site visit to determine end use limitations · Evaluate loading restrictions on final cap surface · Prepare three concept level plan sheets showing the layout of facilities for each final use option.. · Analysis of City soil and sand stockpiles near Geneva to determ'me suitability as fill · Research potential water and sanitary sewer tie-in locations · Submit concept level plan sheets to the City for review and comment. · Meet with Central Florida FDEP on a preliminary basis to discuss closure issues, permitting requirements, final use options and general schedule. Subtask B-2 Alternatives Evaluation The G&R team will evaluate three alternate closure systems with respect to stability, infiltration effectiveness, construction cost and long-term care requirements. These factors will be analyzed in conjunction with the end use options (Subtask B-1)for the Art Lane Landfill. The alternative closure systems to be evaluated are: Alternative A-Closure with 18 inches of low permeability clayey soil and 18 inches of granular fill/topsoil Alternative B-Closure with a geosynthetic clay layer (bentonite clay sewn between two geotextiles), overlain by 24 inches of granular fill/soil Alternative C-Closure with 40 mil thickness polyethylene geomembrane or 30 mil PVC geomembrane, overlain by 24 inches of granular fill/soil The alternative evaluation includes the following activities: · Review of all prior geotechnical work, site hydrology and environmental monitoring data · Prepare summary of Art Lane landfill history and types of wastes · Determine limitations for storm water discharge into Lake Mary Boulevard System · Discuss storm water management impacts of each final use option. · Compare stability and materials used in alternate closure systems · Discuss long term care costs and maintenance issues with respect to alternative cap systems and final use · Determine preferred closure cap system for each end use · Prepare preliminary hydrogeological analysis and discussion of site and adjacent property within 200 feet, with respect to settlement, gas control and groundwater impacts 4 · Research manufacturers / suppliers costs and requirements with respect to small projects (less than 10 acres). · Prepare preliminary Cost Comparison between alternate closure cap designs for each final end use. · Identify potential cost savings if portions of the closure are performed by City of Sanford personnel · Recommend preferred closure cap in conjunction with final end use option. · Prepare letter report summarizing the results of subtasks B-1 and B-2 · Submit closure system alternatives letter report for City review and comment · Meet with City to discuss the results of the alternative evaluations from Subtask B-2 and this subtask · Prepare for and discuss the two most probable closure/final use altematives with FDEP. Finalize report to incorporate FDEP comments Subtask B-3 Formal Presentation to City of Sanford Commission The Engineer will meet with the City Commission to present the three options on future use and discuss implementation and comparative cost issues. Preparation for this meeting will involve the development of graphics and handouts. The Commission shall make the final decision on long-term use of the Art Lane property. Task C Road Right-of-Way Research and Survey Services G&R will research the ownership and easements on and adjacent to local private roads for the specific purpose of preparing road right-of-way survey and legal descriptions: The City will provide the results of their current title searches to G&R for verification and use. G&R will research the ownership on eight parcels for this subtask. The City will use the boundary survey and legal descriptions for paving and drainage projects. The Engineer will perform the following services under this subtask: · Perform property boundary / easement and utility research for eight properties on or along the following road segments: 1. Art Lane from Lake Mary Boulevard to private road south of Hidden Lake Estates 2. Meadow Street between Art Lane and Driftwood Lane 3. Driftwood Lane from Lake Mary Boulevard to Meadow Street · Field verify property information from deeds and information to establish existing benchmarks and set new benchmarks · Prepare right-of-way boundary survey for the listed roadway segments · Provide draft right -of- way surveys for review and comment by Public Works and Planning Departments · Provide final signed and sealed boundary surveys to City 5 PHASE II SERVICES (Future Task Authorization- Unpriced at this time) Phase II Services include the upgrade of conceptual plans to 50% then 70% completion level including specifications for permitting, preparation of the environmental resource permit application, preparation of the closure report, and completion of the Chapter 62- 701 solid waste closure application. Additional services in Phase II include completion of plans, specifications, and front-end documents to 100 percent biddable project documents during FDEP review of permit applications. Tasks A and B will be performed concurrently. Task A-Preliminary Design, Stormwater Modeling and Preparation of Environmental Resource Permit Subtask A-1 Preliminary Design of Stormwater Management System and Closure System Following the City Commission's final use decision, G&R will prepare preliminary plans and details, which show the major components of the closure design. The preliminary design will include the final use plan, contouring, storm water system layout, and typical closure details. Subtask B-3 activities are: · Prepare 50 % level plan sheet showing closure layout, storm water wet detention system, roads access fencing etc. based on final use concept · Prepare typical details and list of specifications · Prepare descriptions of each of the major component system (Closure cap system, gas control system, storm water management system and post closure project components) · Prepare 50% level Estimate of probable capital and long term care costs · Meet with FDEP to discuss the selected end use and project status Subtask A-2 Stormwater Management System Design and Modeling · Perform storm water calculations and design for onsite wet detention system · Perform storm water calculations and improvement design of offsite outfall and address stormwater limit in Lake Mary Boulevard System · Model the stormwater system using Advanced Interconnected Pond routing program to determine flows, stage and release rate. · Run PONDS model or similar model to predict net infiltration rate in storm water system with respect to groundwater table. Subtask A-3 Preparation and Submittal of Environmental Resource Permit Application · Conduct detailed Wetlands / Threatened and Endangered species assessment, if required by FDEP. 6 · Meet with FDEP onsite, if required, to discuss wetlands impacts and potential Threatened and Endangered species impacts · Prepare ERP application including wetlands, T&E and storm water management information · Conduct formal technical review and submit draft application copies to City for review. · Meet with City to receive comments and to address comments · Provide final signed and sealed ERP application with all attachments to the City for FDEP submittal · Respond to up to two (2) FDEP requests for Additional Information · Review the draft ERP permit, when issued Task B Preparation of 70% Level Plans / Specifications and Closure Report This task includes preparation of 70% final design plans, specifications, the required closure report, the Construction Quality Assurance Manual, and the Chapter 62-701 permit application. Subtask B-1 Preparation of 70% Plans, Specifications and Construction Quality Assurance Plan · Prepare 70% barrier layer and final grading plans / closure system details including storm water management system plan and details. It is estimated that ten plan sheets will be produced for the plan set. · Integrate survey monumentation, legal description, boundary survey and monitoring well information into the drawings · Prepare technical specifications Subtask B-2 Closure Report Documentation The closure report defines a plan of work for the closure project. The closure report summarizes the history of disposal operations, evaluates the past and potential future effectiveness of the design, and provides detailed procedures for physically closing the landfill and performing long- term, post-closure care. Preparation of the closure report includes the following activities: · Integrate of technical portion of alternative closure system/final use plan analysis · Perform closure system landfill performance analysis including landfill history summary. · Prepare closure procedures which detail the steps to be completed to perform the physical closure of the landfill facility. Develop detailed closure schedule forthe construction phase · Develop capital. closure cost estimate and long-term care cost estimates for the low permeability cap system. 7 · Assist the City with evaluation of altemate methods for proof of financial assurance. and provide assistance in completing financial assurance documents · Develop comprehensive post closure operations plan that addresses slope maintenance, storm water system maintenance, environmental (groundwater and surface water monitoring, inspection, and reporting. · Submit closure report to the City of Sanford for review and comment Subtask B-3 Preparation of Construction Quality Assurance Plan The G&R will prepare a Comprehensive Construction Quality Assurance Plan (CQAP) as required for the closure application. The CQAP is a supplementary document to the project specifications. The plan defines the responsibilities and duties of the manufacturers, installers, Owner' s construction representative, G&R' s representative and G&R with respect to quality assurance and control. The plan includes procedures for the procuremerit of materials, receipt and inspection of materials, installation methods, inspection and testing. It will contain the inspection documentation forms required for final certification of the construction project. Subtask B-4 Preparation of Solid Waste Permit Application Checklist / Permit Application Submittal. Under this subtask, G&R will: · Prepare closure permit application form and narrative including supporting docnmentation · Conduct a comprehensive formal technical review and submit application package to City of Sanford for review · Meet with City of Sanford to receive comments / address comments Provide final signed and sealed solid waste closure permit application to the City for submittal to FDEP · Provide responses to up to two (2) FDEP requests for additional information. · Review Solid Waste Closure permit, when issued. Task C Completion of 100% Plans, Specifications and Bid Documents Task C is the completion of permitting plans and specification to bidding documents. G&R will: Complete contract and technical specifications to 100% incorporating FDEP comments · Complete Closure and Stormwater Plan Preparation to 100% incorporating FDEP comments · Conduct comprehensive technical review of all 100 % documents · Provide 100% plans, specifications and Bidding Documents to the City of Sanford for review and comment 8 · Prepare and provide final Estimate of Probable Cost · Provide ten (10) complete sets of Bidding Documents to City of Sanford Purchasing Department · Address all final comments and issues prior to bidd'mg Phase III Additional Services (As Required-Unpriced at this time) Task A - Engineering Services During Bidding G&R will provide engineering services during bidding for closure of Art Lane landfill. The engineering services for the Task are described in detail in the following subtasks. · DistributionofContractDocuments:G&Rwillprovideten(10)fullsizeplannsand specifications to the City' s Purchasing Depamnent for distribution to prospective bidders. It is assumed that the City will provide "front end" documents for bidding. · Pre-Bid Conference: G&R will conduct a Pre-Bid Conference to meet with all prospective bidders and discuss the proposed construction project. Questions regarding the proposed construction project will be addressed at the meeting. A summary of meeting notices with questions and answers outlined will be prepared and sent to all Bidders. · Bidders' Questions and Addenda: G&R will answer questions from bidders, provide clarifications, as required, during the advertisement period. The City's Purchasing Department will compile all questions, and issue all addenda and clarifications. · Bid Evaluation and Recommendation of Award: G&R will perform a bid evaluation for the project. This bid evaluation will include tabulation ofbids and detailed review of the bid package from the three lowest bidders. The review of the three lowest bidders will include an inspection of the bid package for completeness, errors and omissions, evaluation of the listed experience on similar projects, evaluation nfother submitted data, and review of the references. Following bid evaluation, G&R will prepare a recommendation of Contract Award and submit to the City. Task B - General Engineering Services During Construction G&R will provide engineering services during construction of the Class III Landfill Closure Project by the City's Contractor. G&R shall be assisted by a laboratory and materials testing firm. The engineering services for this Task are described in detail in the following subtasks. 9 Subtask B-1 Program Management G&R will act as the City's representative providing engineering, contract management, and administrative services required for the construction period. This will include the following: 1. G&R will prepare a draft Project Communication Protocol (CP) detailing the line of communication between G&R, City RPR, City construction supervisor, and landfill engineering and operation staff, as well as, interfacing between the Owner and Owner representative with the Contractor. G&R will review this draft CP with the City and receive City comments. G&R will incorporate City comments to finalize the CP and distribute to Owner project team for use through out the project. 2. As the City's representative for the duration of the construction of these projects, G&R will coordinate all communications between the Contractor(s) and the City. On behalf of the City, G&R will administer the construction contract, responding to Contractor's correspondence, and issuing instructions from the City. 3. G&R 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 six (6) special meetings with the Contractor, his subcontractors and the City representatives as requested by City for coordination and monitoring of the critical stages or milestones of the project; 5. G&R will prepare and submit monthly progress reports to the City detailing 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 requiting City's attention and other project related information. The progress reports will also include an updated monthly overall project schedule showing the status of individual components of the construction project, and generally show to the City on a monthly basis whether the Contractor(s) is on-time, and the construction projects are proceeding as planned. 6. Maintenance of a document control file with all correspondence, reports, daily logs, progress reports, testing restfits, etc., pertaining to the construction contract; 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 Subconsultants. 10 Subtask B-2 Prepare Conformed Contract Documents G&R will prepare conformed Contract Documents after the contract has been awarded by the City, and the contract executed by the Contractor and Orange City. G&R will collate and package the plans, specifications, and front-end documents in the Project Manuals, and Conform the Contract Documents with respect to any addenda that may be issued during the bidding phase. G&R will prepare half-sized drawings of the conformed plans for field use by the Contractor, City and Resident Project Representative (RPR). G&R will submit ton (10) sets of the conformed Contract Documents to City staff, and twelve (12) sets to the City's selected Contractor for use and distribution. G&R will submit two (2) sets of half-sized drawings to the City, and two (2) sets of half_sized drawings along with one (i) set of reproducible copy to the Contractor. Subtask B-3 Pre-award and Pre-constmction Conference G&R will attend a pre-award conference with the City Public Works staff and Purchasing Department staff for internal review of the overall construction project including contract requirements, construction scheduling, interfacing with other construction projects and other related issues. G&R will schedule, attend and conduct a pre-constmction conference for closure of the Class III landfill. G&R will prepare a notice of meeting and transmit tot he City and Contractor. G&R will prepare an agenda prior to the conference, prepare meeting minutes, and record City decisions and directions tot he Contractor after the conference is complete, and transmit the minutes to all attendees. The contractor will be required to attend the pre-constmction Conference with a preliminary project schedule and a preliminary submittal log of shop drawings. G&R will review the Contractor' s project schedule and note corrections or modifications necessary and return to the Contractor for finalization. G&R will review the Contractor's preliminary submittal log for completeness in accordance with the contract documents. G&R will noto any corrections or modifications necessary and return to the Contractor for fmalization. Subtask B-4 Shop Drawing Review G&R will review shop drawings submitted by the Contractor for construction of the Class Ill closure. Activities for this task include: maintaining a submittal log/record; reviewing shop drawings; determining the acceptability of substituto materials proposed by the Contractor; providing review comments; transmitting approved copies of shop drawings to City staff, City RPK and the Contractor. 11 Subtask B-5 Site Visits G&R will make periodic site visits at critical 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, consauction plans & specifications, and construction schedules. During such visits, and on the basis of such observations, G&R will correspond with the City regarding any concerns regarding the quality and progress of the executed work. A total of twelve (12) site visits are budgeted for the Task. Subtask B-6 Field Technical Assistance/Issue Clarifications G&R will provide general technical information, additional data or drawings to the Contractor to resolve unforeseen conditions encountered during consauction, 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. G&R will issue interpretations and clarifications, and prepare drawings as necessary during construction for use by the Contractor. G&R 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 performed by the Contractor. G&R 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 tot he execution and progress of the work. Subtask B-7 Conduct Weekly Construction Progress Meetings G&R will conduct weekly construction progress meetings with the Contractor and City representatives at the Solid Waste Administration Building. The weekly progress meeting will be to review Contractor's progress during the previous week, work items for the coming week, 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 tinn, manufacturers of equipment, as well as City staff will be invited, when necessary, to attend the weekly consauction meeting in order to facilitate communication and coordination between the pa~'~es. G&R's Project Manager will attend all weekly meetings or as otherwise scheduled with the Contractor and City. Other members of G&R's team, such as design engineers, technical staff and construction engineers will be invited to attend as necessary. G&R's Quality Assurance Consultant will attend weekly construction progress meetings during the period when they are providing services. Following the weekly meeting, G&R will prepare meeting minutes, and submit to the City, Contractor and other attendees. 12 Subtask B-8 Review Monthly Pay Requests G&R will review the Contractor' s monthly pay request, and determine the mounts owed to the Contractor and recommend to the City, in writing, payments to the Contractor based on G&R's periodic observations, weekly project meetings, information provided by the City's RPR, and the review of monthly applications for payment and the accompanying dam, review of Contractor's progress schedule, and stored materials lists. As part of the monthly pay request process, G&R will prepare a monthly summary progress report nfconstruction activities and submit to the City. The progress report will include the summary of construction performed during the previous month, and summary of construction to be performed in the coming months, along with an updated project schedule showing whether the construction project is progressing in accordance with the Contractor's approved schedule. Subtask B-9 Change Orders G&R 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 three (3) change orders during the construction project. G&R will prepare change order forms and make revisions to 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 G&R will conduct substantial completion inspections for this construction project to determine if the Project is substantially complete and prepare a punch list of items of work remaining. G&R 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. G&R will notify the City, in writing, the results of each inspection and corrective actions required by the Contractor for the projects to be considered complete. Based on the satisfactory results of the partial substantial, substantial and final inspections G&R will recommend, in writing, final payment to the Contractor and give written notice to the City and the Contractor that work is acceptable. 13 Subtask B-11 Record Drawings G&R will obtain certified as-built drawings from the Contractor (and the Contractors licensed surveyor) and will prepare Record Drawings based on the information received from the Contractor and Surveyor. G&R will coordinate throughout the construction period to review up-to-date as-built drawings. However, G&R will not perform any survey services during construction activities to verify the accuracy of the as-built records received from the Contractor. G&R will submit one (1) set of Record Drawings on reproducible mylar, one (1) set of compnter disks containing the Record Drawings in AutoCad format with a directory of contents, and five (5) sets of signed and sealed Record Drawings blueprints to the City. Subtask B-12 Contractor Back-Chargeable Services G&R 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 costs; · Shop drawings reviews in excess of the requirements stated in Contract Document requirements; · Survey requirements; and · Evaluation of altemative or substitute materials not specified in the constmction Contract Documents, whether accepted or not. Compensation to G&R for such out-of-scope services, if encountered, will be on an hourly basis using G&R's standard billing rates as outlined in G&R's Agreement with the City. Other direct expenses will be invoiced at no cost. G&R shall account for such services separately form other work tasks included in this Task Authorization to ensure back-chargeable services as they are incurred. When G&R believes that out-of-scope are required, the City will be notified prior to commencing with said out-of-scope work. Upon approval from City, G&R will proceed with out-of-scope work. At intervals, not to exceed bi-monthly, unless otherwise directed by the City, G&R 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 G&R's compensation in the Task Authorization. Task C - Technical Project Representation Services During Construction It is assumed that the City will provide a full-time Resident Project Representative during the entire duration of construction contract. G&R will provide part-time Technical Project Representation (TPR) Services on an as needed basis and as requested by the City to supplement the City's full-time RPR during critical construction periods. G&R's TPR 14 services will be mainly for the duration of the geomembrane and HDPE piping installations by the Contractor expected to be approximately eight (8) weeks. G&R's scope of services for part-time TPR services during installation of the landfill geomembrane and HDPE piping is as follows: Subtask C-1 Part-Time Technical Project Representative Services G&R will provide part-time Technical Project Representations during construction of the liner to observe the Contractor' s construction and to verify that the construction of the Project(s) is constructed in accordance with the conformed plans and specifications. G&R's representative(s) designated for this limited period field observation will be considered G&R's Technical Project Representative (TPR). The TPR will perform, and complete the following activities and services: 1. Attend meetings with the City and Contractor, such as weekly and monthly progress meetings, job conferences and other project-related meetings. 2. Coordinate his duties with the City's RPR, and assist with the 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 TPR believes that any work is unsatisfactory, faulty or defective or does not conform to the Contract Documents, or has been damaged, or does not 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 Quality Assurance Consultant and review test results. G&R's TPR services may also by during the initial phases of compacted clay, geomembrane and HDPE pipe installation, as well as, during simultaneous construction activities, to assist the City' s RPR in monitoring compliance or other activities of this construction project as requested by the City, limited to the allocated hours for this Task. Task D - Additional Engineering Services During Construction G&R 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, to obtain Certification of Completion of Construction, and request the FDEP Construction Permit be converted to an Operation Permit. Since the day-to-day representation of G&R during this construction is limited, the Application for Certification of Completion of Construction will note that G&R's limited involvement and based on "observation of construction by City forces." 15 Subtask D-1 Provide Construction Materials Testing and QA/QC Monitoring G&R will provide 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 (CCSL) cover system, LLDPE cover system, or GCL cover system installation in accordance with the Construction Quality Assurance Plan, Contract Documents and FDEP Construction permits. The following field and laboratory testing activities will be required to be performed for either the Base Bid or the Alternative Bid cover system under this task: 1. Monitor and document implementation of the QA/QC Plans 2. Soil gradation tests, proctor tests, atterburg tests - (CCSL) 3. Back pressure permeability tests - (CCSL) 4. Conduct geomembrance destructive and non-destructive testing 5. Observe and monitor non-destructive testing by the Geomembrane Installer 6. Conduct field and laboratory conformance testing on geomembrane 7. Review of Manufacturer's Quality Control Certificates for the geomembrane 8. Conduct field and laboratory granular fill testing 9. Conduct field and laboratory Limerock testing 10. Conduct field and laboratory concrete testing The field and laboratory testing program for this subtask is dependent on the barrier layer system used for closure. Subtask D-2 Prepare Construction Quality 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 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. G&R will submit six (6) copies of the draft report to the City for review and comments. G&R will incorporate City's comments into the final report and submit to the FDEP as part of the Certification of Completion of Construction profess. Subtask D-3 Prepare Final Certification of Construction Completion G&R will compile all required construction data, as-built drawings, and the Construction Quality Assurance Report to prepare the Certification of Completion of Construction. 16 G&R will prepare FDEP Form 62-701.900(2) along with required data to document and certify Completion of Construction. G&R will notify FDEP of the project construction completion, and in accordance with the permit conditions will coordinate and schedule a formal site visit by the regulatory agency personnel prior to submittal of the certification documents. G&R will attend the on-site meeting with FDEP, and conduct a walk through of the construction project with FDEP personnel. G&R will respond to FDEP request for additional information to obtain the final Certification of Completion. G&R will assist the City with public notice of closure requirements following FDEP acceptance of final completion documentation. G&R will assist the City with public notice of closure requirements following FDEP acceptance of final completion documentation. Deliverables (Phase I Only) G&R will provide the following deliverables to the City: · Three draft copies of bonndary survey and topographic survey for the Art Lane landfill property, for review · Three draft copies of survey for the storm water ditch and Lake Mary outfall, for review · Three draft copies of road right-of way survey, for review · Six signed and sealed copies of boundary and existing topography survey for the Art Lane landfill property · Six signed and sealed copies of survey for the stormwater ditch and Lake Mary ouffall · Six signed and sealed copies of survey for roadway right-of -way · Concept drawings for two final use options · Three copies of draft alternatives analysis letter report · Five copies of final alternatives analysis letter report. Schedule-Phase I The following schedule is provided to assist the City in project planning. All time of activity is from Notice to Proceed. Description or Activity From Notice Preliminary Teleconference with FDEP One week Kick-off meeting Two weeks Complete draft landfill and storm water survey Four weeks 17 Develop End Use Concept Drawings Five weeks Final Landfill and Storm Water System Survey Five weeks Complete Alternatives Evaluation Draft Letter Report Six weeks Discuss Alternatives evaluation results at FDEP Meeting Seven weeks Finalize Alternatives Analysis Eight weeks Complete draft Roadway right -of- way survey Nine weeks Final Road Right- of-Way Survey Ten weeks Present Final Use Alternatives to City Commission Eleven weeks Compensation Compensation to the G&R for services performed under this task Authorization will be in accordance with the Lump sum Method. The G&R will prepare monthly invoices based on the percent completion of tasks A through C. The total amount authorized by this task Authorization is $47,309. The level of effort, and the resulting fees, required for this task authorization are presented in the following tables: Table 1- Summary of Fees for Phase I Services, Survey and Subconsultants Table 2- Person-Hour Estimates For Survey, Evaluation of Closure Altematives Preliminary Design Services Table 3- Summary of Other Direct Costs Assumptions (Phase I and II Only) Certain assumptions have been made in the preparation of this scope of services. To the extent possible, they are stated herein and are reflected in the budget estimate. Our proposed scope of services is based on the following information and assumptions: All construction work will be performed by a private contractor. · The Foundwater flow regime is well understood, with the seasonal high grotmdwater levels falling from 50 feet NGVD at the northwest comer to about 46 feet NGVD at the southeast comer. This information is critical in the design of the wet detention storm water system. · The property can be divided into two drainage basins. The landfill portion of the site will drain to the new wet detention system. The southeast quarter of the site can drain to an urmamed pond at the south edge of the site as it will be separated by a berm from the landfill · Environmental permitting issues related to weftands, and threatened and endangered (T&E) species will be minor.. Army Corps of Engineers Jurisdiction must be defined FDEP has previously determined on an informal basis that the wetland and T&E 18 issues will not be significant if the landfill closure does not encroach on the northern east to west tree line. Lotspeich and Associates will provide assistance as needed. · The limits of waste are well-defined and do not extend beyond the property line. Waste extends to the property line on the north and west edges of the property. · Waste has not been filled at the landfill since 1992, and the types of wastes are characteristic of Class III wastes as currently defined in Chapter 62-701 regulations. · The City will provide assistance with respect to storm water management information for offsite drainage basins and contributing flows. The City will provide plat plans of adjacent subdivisions and complexes, and an updated title search of the Art Lane Landfill property. · No approvals for construction from local governments will be required. · No adm'mistrative hearing or legal services for the closure permit are included in this proposal. If needed, these services can be provided under a separate task authorization. · Road right of way survey will be a composite survey and legal description as identified in Task C. Legal descriptions of right-of-way for each individual parcel will not be provided. · City to pay for all regulatory permit fees. Material changes between the work tasks or level of effort actually required and those budgeted may serve as a basis for modifying the Task Authorization contract amount, all as mutually agreed between the City and G&R. Subconsultants (Phase I Only) Based on the nature of the services proposed in this Task Authorization, Ardaman and Associates will assist G&R as subconsultants. Ardaman will procvide data base information, geotechnicai information, and hydrologicai analysis. Ardaman and Associates' scope and fec proposal is provided as Attachment A. Their estimated fee and costs for Phase 1 services is $11,455.00. Phase II fees and costs will be authorized later. Lotspeich and Associates will serve as ecological subconsultant to G&R for this project. Lotspeitch will perform Subtask A-2 services. Lotspeich and Associates' scope and fee proposal are provided in Attachment B. Their to estimated fee and costs for Phase I services is $1950.00. Phase II and III fees and costs will be authorized at a later date. 19 TABLE 1 Summary of Fees for Phase I Services and Survey Art Lane Class III Landfill Closure Description Estimated Fee Phase I Conceptual Design and Evaluation $14,534 Art Lane Landfill Property and Offsite Stormwater Survey $13,185 Right-of- Way Survey for Art Lane, Meadow Street and Driftwood Lane $6,185 Geotcchnical / Hydrogeological Services (Ardaman and Associates Inc) $11,455 Ecological Services (Lotspeich and Associates, Inc.) $1,950 TABLE 2 Person -Hour Estimates for Survey, Evalauation of Closure Alternatives and Preliminary Design Services Art Lane Class Ill Landfill Closure Phase I Conceptual Design and Evaluation Sub~ A-I- Proj~t inRlation 0 2 ~ 0 0 4 6 0 0 0 0 Sub~k A-2- Ptc]imln~ ~icld ~cco~cc by ~]. 0 0 0 0 ~ 0 0 0 0 0 0 Sub~k B*I ~velopm~t ofFin~ ~ Options 0 6 7 0 7 0 0 0 20 0 0 Sub~k ~3 ~e~nmtion to CaW of S~ford 4 4 2 0 0 2 0 0 6 0 0 Total Pe~on Hours-Phase i Conceptual Design / Evnluafio 6 t6 24 3 16 42 6 0 38 0 4 ~timat~ F~ (Excluding Dir~t CosB) Dir~t Co~ ~able 3) Art L~ne Land fill Property and Offsite Stormwater Survey ~fimat~ Fe (Including Di~t Corn) Right-of-Way Survey for Art Ln, Meadow Stand Driftwood Ln. Proiect ~Project · ' I)e,eriplion prineip.el)itecfo~isnr, e.sotl:ugi,r. er'l':,,ginee h','h.i,i.,.De,igne. l('xl)'%lll Task C Right-of- Way Survey I 0 0 21 0 0 0 I 0 33 I8 [ 0 0 0 10 82 Estimated Fee ( Including Di~e~t Costs) ARTLANE_FEE_prop.xls 1:51 PM7/21/99 TABLE 3 Summary of Other Direct Costs Phase I Conceptual Design and Evaluation Art Lane Class III Landffil Closure Total Description Quantity Units Unit Cost Total Cost Reproduction Photocopies 400 each $0.10 $40 Blueprints 20 each $1.00 $20 1/2-size Computer Plots 0 each $5.00 $0 Full-size Computer Plots 10 each $10.00 $100 Full-size Mylar Plots 4 each $15.00 $60 Subtotal - Reproduction $220 Computer Services Engineering(l) 32.1 hours $14.00 $449 CAD Design(2) 33.6 hours $11.00 $370 Document Processing(3) 12 hours $5.00 $60 Subtotal - Computer Services $879 Communications flax) 3 months 15 $0 Postage, Freight, Courier 4 each 20 $0 Miscellaneous Supplies (Binders) 4 each 5 $0 T O T A L $1,099 (1) ENGINEERS HOURS 30% (2) TECHNICIAN HOURS 80% (3) CLERICAL HOURS 80% TEL: Ju| 21 99 13:~8 No.019 P.01 Ardaman & Associates, Inc. Consuitants in Soils, Hydrogeology, ~' I Foundations and Materials Testing Date: July'~ 1999 File No.: 98-160B COVER SHEET FOR FACSIMILE TRANSMISSION MESSAGE TO: Company Name: Glace & Radcliffe, Inc Attention: Mr, John Less FAX Number: 407 / 539-0575 MESSAGE FROM: Sender: Mr. Herb Stanqland Faxed Ely: Recepti0nist .......... jo FAX Number: (407) 859-812~ Comments: Total number of pages sent (jncludlnq this Cover sheet): . If tills message/~/ncomplete or not legible, p~ease contact me (4o ) ~8 South O~nge A~n~m, P~I O~ Box ~930~. 0~. F~ ~2~, ~s In A~ P~, ~n~. 8~emon. ~, Ft Myers. Mizml. ~lsn~, P~ ChamoiS. P~ 8~. Lug, 8s~m. l*~lm~ess~. T~mps, W. TEL: Jul 21 99 13:39 NO.O19 P.03 Table 1 Estimated Costs for Phase t Services Task: Project Msn8gement e~d Outside Services Project Manager .... hour $10~.00 $816.00 Ou~lde SeN/cos (~Fedex, Maps) - 550.00 T~k: S[te VIsit Project Manager I10ur 4 $102.00 ~08,00 Autombile Mi[eage ~ilo 60 Tatk: Two Meoilngs wi{h CIIen~FDEP Totst ...... }~"~nlt No. of Unlts]~l Coat personnel/Material Project Managcr hour 8 $152.00 5816.00 Automobile Mileage mile 75 50.35 526.25 5842,25 T~k: Evaluate Leading Restfictions for Top Cover "' Personnel/Material ..... ~'~'nit No. of Units Unit R~te Cost Principal Engineer hour 1 Proj~ Manager I~our "'~ Assls~nt Pmioc~;~qg~oor ....... hour 4 576.00 $304.00 Supped Staff hour 2 $34.~ $68.00 Field/Lab Program (No settlemcnt~;~alysls) $0.00 Total $900.00 Task; Anatyzo Soil and Sand Samples ~om City Borrow Site Persom~l.{~terlal Unit No, of Un[~ Unit Rate Coat Principal Engineer ,,. hour 1 5120.00 $120.00 Project Manager hour · ....... ~102,00 $408.00 ~sis~nt Proje~ Engineer ~p~{. 8 $76,0~" $608,00 Supper{ Staff hour 4 $34.0~' $136,00 Soil Laborato~ Testing Program_. TOI3I $3,772,00 Task: Pertarm Landfill Gas $u~ey and Evaluate Su~ey Data Personnel/Material Unit No. of Units Unil~ate Coat Proloci Manager hour 2 $102.00 5204.00 ~sistant Projeer Enainee~ . I~our' ' 4 $76.~ $304,00 Field Technician V hour ' 8 $54.00 ~432,00 ~quipment Use day . 1 $100.00 $100.00 Truck MIleage mile 60 '~0,4~L 527.00 Total $1.067,00 TEL: 3u] 21 99 15:40 No.O19 P.04 Table 1 (Contlm~od) Estimated Costs for Phase 1 Services Task: Compare Stability issues with Top Cover Design Alfornatlves Personnel/Material Unit No. of Units Unlt Rata Cost PrinCipal Enginoar .... IIour I $120.0d* $120.00 Project Manager hour 4 $102.00 $4pB.0D Assistant Projecl Engineer hour 4 $76.~00 $304.00 Total $832.00 Task: Evaluate Groundwator Irapacts and Monitoring Plan Adoquacy for Cloture  Personnel/Material Unit ' No, of Unite  Unit Rate Cost Principal Engineer hour I $115 00 $1~ Project Manager 8 $102:00 $816.00 Total .... $931.00 Task: Prepare PreIIroinary Hydrageological Issuos $uroro6P/ PersonnollMaterlal Unit NO, ol= Units Unit Rate Cost Principal Engineer I~r. jur 1 $120,00 $120.00 Project Managor hour 8 $102,00 $816.00 hour B $34.00 ,{272.00 Total $1,0,16,00 Total for Phase I Services $'11,455,25 Lotspeich and Associates, h c. ECOLOGICAL CONSULTANTS 1S July 1999 L&A No. 99123.00 Doc: XIMI-IDX99123GiS.LTR Mr. John Less, P.E. Glace & Radcliffe, Inc. 630 N. Wymore Road, Suite 370 Maltland, Florida 32751 RE: Art Lane Landfill 1 I± acres in Sections 10, Township 20 South, Range 30 East City of Sanford, Florida Ecological Consulting Services Dear Mr. Less: Pursuant to your request of 9 July 1999, Lotspatch and Associates, Inc. is pleased to provide a Scope of Services and fee proposal for ecological consulting services forthe above mfarenced project. The scope for these services will include conducting a qualitative review of the property for the pmsance of plant or animal species listed by Federal or State regulatory agencies as Threatened, Endangered, and/or Species of Special Concern, field delineation of jurisdictional wetlands, agency reviews, and Environmental Resource Permit application coordination. The cost to provide the services necessary to conduct this work is estimated to total $6,573.66 including reimbursable expenses of postage, long distance telephone, authorized travel, and reproduction. These services will be invoiced on a percent complete basis. We are prepared to initiate work on this project upon receipt of a signed copy of a Subconsultants Agreement and Notice-to-Proceed. Please call me if you have any questions or need further information. We look forward to working with you and Glace & Radcliffe on this project. Sincerely, LOTSPEICH AND ASSOCIATES, INC. Don J. Silverberg, M.S., P.W.S. Senior Research Scientist Encinsure(s)(2) Revised Scope of Services Revised Manhour Calculation cc: Renee L. Thomas, President; L&A File/Carol S. Lotspatch 422 West Fairbanks Avenue, Suite 201, Winter Park, Florida 32789 (407)740-8482 FAX (407)645-1305 Lotspeich and Associates. Inc. ECOLOGICAL CONSULTANTS SCOPE OF SERVICES ~Or ECOLOGICAL CONSULTING SERVICES ART LANE LANDFILL 114- acres in Section 10, Townskip 20 South, Range 30 East City of Sanford, Florida prepared for: Glace & Radcliffe, Inc. 630 North Wymore Road, Suite 370 Maitland, Florida 32751 Revised 15 July 1999 L&A No. 99123.00 Doc: XIIVIHD\99123G15.8OS 422 West Fairbanks Avenue, Suite 201, Winter Park, Florida 32789 (407)740-8482 FAX (407)645-1305 Scope of Services Art Lane Landfill L&A No.99123,00 Doc: UMHD\99123G15,SOS Revised 15 July 1999 Page I This Scope of Services sets the terms under which the Consultant will provide ecological comulting services to the Client, Client's responsibilities, and compensation for professional services. SUBJECT: Art Lane Landfffi 11 + acres in Section 10, Township 20 South, Range 30 East City of Sanford, Florida 1.0 SCOPE OF SERVICES Provide necessary biological support data in order to represent the Client's interest with governmental agencies with statutory authority regulating land use in the State of Florida and provide ecological consulting services needed for compliance with the Florida Department of Environmental Protection (FDEP)/St. Johns River Water Management District (SJRWMD), the U.S. Army Corps of Engineers CUSACE), the U.S. Fish and Wildl~fe Service CUSFWS), and the Florida Fish and Wildlife Conservation Commission (FFWCC). The Scope is separated into tasks for clarity. The services outlined within Tasks I and II include the ecological documentation necessary to evaluate the proposed project area and subsequently request permits from the applicable regulatory agencies. This Scope is defined by the attached Manhour Calculation Sheet and the tasks outlined below, PHASE I 1.1 Task I - Preliminary Evaluation of the Project Site 1.1.1 Research existing published literature and available documents pertinent to the proposed project area. Particular emphasis will be placed on locating ecological investigations previously conducted within the proposed project vicinity. 1.1.2 Request a Historic and Archeological Sites Determination from the Florida Division of Historical Resources. 1.1.3 Request a database search from the U.S. Fish and Wildlife Service (USFWS) and Florida Fish and Wildlife Conservation Commission (FFWCC) for the presence of Federal and State listed plant and animal species.  ~'~ ~"~' Scope of Services Art Lane Landfill L&A No.99123.00 Doe: ~vlHD\99123G15.SOS Revised 15 July 1999 Page 2 1.2 Task H - Field Survey for Threatened and Endangered Species/PreBmlnary Evaluation of Wetlands 1.2.1 Conduct qualitative site reviews to evaluate the presence of protected plant and anirnal species and/or critical habitat. 1.2.2 Conduct one site assessment utilizing photointerpretation to identify the presence of on-site wetlands potentially within the jurisdiction of governmental agencies with statutory permitting authority following the 1987 Federal Manual for the Identification of Wetlands and the Unified Wetland Delineation Methodology for the State of Florida, dated 1 July 1994. 1.2.3 Prepare a brief letter report outlining the findings of the field investigations conducted to identify the presence of jurisdictional wetlands and/or protected species. Included will be a discussion of the existing site conditions, a summary of those regulatory agencies with potential jurisdiction over portions of the site, and any opportunities and/or constraints posed by the presence of ecologically sensitive lands and/or protected species. PHASE II 1.3 Task HI - Field Identification of Weftands 1.3.1 Field flag the limits of wetland areas potentially within the jurisdiction of governmental agencies with statutory permitting authority following the 1987 Corps of Engineers Wetlands Delineation Manual and the Unified Wetland Delineation Methodology for the State of Florida dated 1 July 1994. 1.3.2 Coordinate with surveyors and/or engineers to locate the field flags as previously placed. 1.4 Task IV - Jurisdictional Agency Reviews 1.4.1 Request and conduct site reviews with the following agencies for verification of the extent of jurisdictional limits: · USACE (binding) · FDEP (non-binding) 1.4.2 Request written verification of the wetland limits as flagged from the USACE and the FDEP. Scope of Services Art Lane Landfill L&A No.99123.00 Doc: UMI-IDX99123G15.SOS Revised 15 July 1999 Page 3 1.4.3 Meetings with Client and/or project consultants not to exceed four (4) project manager hours (excluding on-site agency reviews). 1.5 Task V - Permit Coordination 1.5.1 Prepare the biological portion of the required permit application relating to weftand impacts. The following permits may be required for wetland impacts proposed by the development plan: 1.5.1.1 USAGE Section 404 - Permit application or a request for project verification under an applicable USAGE "Nationwide" permit. 1.5. 1.2 FDEP/SJRWMD - Environmental Resource Permit (IEE,P). 1.5.2 Assist the Engineer with the preparation of the permit application and provide necessary coordination for the completion of application materials (not including final engineering drawings or permit fees). 1.5.3 Prepare responses for one (1) round of Request for Additional Information (RAI) from the USAGE and the FDEP. 2.0 ADDITIONAL SERVICES The following services may be provided upon the Client's request and authorization. Additional services are not covered under the limiting fee for this Scope of Services. Upon Client request and written authorization, additional services shall be provided by the Consultant and billed to the Client on an hourly basis in accordance with the current year' s Fee Schedule: 2.1 Meetings in excess of those defined above. 2.2 Respond to any RAI's beyond those described above. 2.3 Field set Normal High Water Elevation within wetlands located in the proposed project area. 2.4 Conduct quantitative surveys for listed plant or animal species. Scope of Services Art Lane Landrffi L&A No.99123.00 Doc: UMI-ID\99123G15.30S Revised 15 July 1999 Page 4 3.0 LIMITING ASSUMPTIONS The following assumptions ou~ine the limits of defined tasks as required of Lotspeich and Associates, Inc. to provide the requested ecological consulting services on the Art Lane Landfill project: 3.1 The landward extent of jurisdictional weftands within the project site will be field flagged once during initial site investigations. If greater than a three (3) month period elapses between agency Jurisdictional Determinations and the field location of wetland flags such that additional site investigations are necessary to facilitate the location of the wetland flags, these services will be submitted as an additional cost. 3.2 If natural disasters or vandals should remove flags, the flags will be reset. The cost for this service will be submitted as an additional cost. 3.3 Agency field meetings will be limited to one site review for each of the following agencies: · U.S. Army Corps of Engineers · Florida Depaament of Environmental Protection 3.4 If governmental regulations change during the course of this project or between initial jurisdictional determination and permit application submittal such that additional site reviews are requested by the governmental agency, any such required modifications or additional site reviews will be submitted as an additional cost. Environmental permitting criteria will be established during pre-application meetings with the applicable governmental agencies prior to final project design. If changes are requested by the governmental agencies or the Client which are not a result of consultant error or omission, these services will be submitted as an additional cost. It is assumed that no physical changes will occur to the property during the time flame of this study. 3.5 This Scope of Services is based on existing roles, regulations, and policies in force on the date of this Scope. 3.6 Engineering drawings prepared for inclusion in permits will be prepared by others and are not included within this Scope of Services. Presentation materials will be prepared by others. 3.7 Services in addition to or in excess of tasks and hours identified in Section 1.0 wffi be considered additional services and will require a modification to the contract.  '~'~ """" Scope of Services Art Lane Landfill L&A No.99123.00 Doc: UMHD\99123G15.SOS Revised 15 July 1999 Page 5 3.8 Modifications to the final work products performed at the request of the Client that axe not the result of the Consultant' s errors or omissions shall be billed m the Client on an hourly basis as additional services in accordance with the current year's Fee Schedule. 3.9 The Consultant shall not be considered in default of this Scope for delays in performance caused by circumstances beyond the reasonable control of the non- performing party. For purposes of this Scope, such circumstances include, but are not limited to, abnormal weather conditions; floods, earthquakes, fire, epidemics; wax, riots, and other civil disturbances; strikes, lockouts, work slowdowns, and other labor disturbances; sabotage, judicial restraint, and inability to obtain permits, appointments, licenses, or authorizations from any local, state, or federal agency for any of the supplies, materials, accesses, or services required to be provided by the Consultant under this Scope. Should such circumstances occur, the non-performing party shall, within a reasonable time of being prevented from performing, give written notice to the other party, describing the circumstances preventing continued performance and the efforts being made to resume performance of this Scope. 3.10 The Consultant assumes no responsibility for work performed by others or for terms or services not specifically described herein. Our agreement is to provide the services described herein in a thorough, competent, and professional manner and cannot in any manner be construed by the Client as a guarantee or warranty of assurance that the results obtained and the reports and data provided will result in approval by any agency, administrative board, governmental unit, or third party of the proposed activities to be undertaken by the Client. 3.11 The services performed by L&A shall be conducted in a manner consistent with that level of care and skill ordinarily exercised by members of the environmental consulting profession in the same locale and acting under similar circumstances and conditions. Except as set forth herein, L&A makes no other representation, guarantee, or warranty, expressed or implied, in fact or by law, whether of merchantability, fitness for any particular purpose or otherwise, concerning any of the services which may be furnished by L&A to the Client. 3.12 The services will be performed on behalf of and solely for the exclusive use of Client, its successors, and assigns, and for no others. 3.13 Coordination of agency review of the site depends entirely upon their schedule and thus cannot be precisely determined.