Loading...
HomeMy WebLinkAbout2012-064 0 -44 / 10 / 1 Q 1s . a6 a a0 « - o & A4 WORK ORDER NUMBER 4 This Work Order Number 4 is entered into as of this in day of Apdj , 2012 pursuant to that certain Continuing Contract Agreement for Professional Services entered into as of November 15 , 2011 ( the " Agreement" ) , by and between INDIAN RIVER COUNTY, a political subdivision of the State of Florida ( " COUNTY" ) and Geosyntec Consultants , Inc . ( " Consultant" ) . The COUNTY has selected the Consultant to perform the professional services set forth on Exhibit 1 ( Scope of Work ) , attached to this Work Order and made part hereof by this reference . The professional services will be performed by the Consultant for the fee schedule set forth in Exhibit 1 ( Fee Schedule ) , attached to this Work Order and made a part hereof by this reference . The Consultant will perform the professional services within the timeframe more particularly set forth in Exhibit 1 (Time Schedule ) , attached to this Work Order and made a part hereof by this reference all in accordance with the terms and provisions set forth in the Agreement . Pursuant to paragraph 1 . 4 of the Agreement , nothing contained in any Work Order shall conflict with the terms of the Agreement and the terms of the Agreement shall be deemed to be incorporated in each individual Work Order as if fully set forth herein . IN WITNESS WHEREOF , the parties hereto have executed this Work Order as of the date first written above . CONSULTANT . BOARD OF COUNTY COMMISSIONERS Geosyntec Consultants, Inc . OF INDIAN RIVER COUNTY By . J r _ BY : � ✓ Thomas A . Peel , Ph . D . �Y C. 1nvpje , , Chairman Title : Senior Vice Pr r �� • ; Approved Date : Pgil 10, 2012 * Attest : J . K. Barton, Clerk of Court Bye o + Deputy Clerk his. �y�9y�'NfR COU : ytlNY tlNtlNN NNN•N Approved , ` oseph . Baird, County Administrator / w Approved as to form and legal sufficiency . Alan S. P lackwjch, Sr ., County Attorney SIDIA IHS IVNOISSHAONJ I ZI SIHXH Geosyntec 15 20th Street, Suite 201 Veroro Beach, Florida 32960 rii 772 . 564 .8717 i FAx 772. 564 . 8719 consultants www. geosyntec .com 26 March 2012 Mr . Himanshu Mehta, P . E . Managing Director Solid Waste Disposal District Indian River County 1325 74th Avenue SW Vero Beach , Florida 32968 Subject : Proposal to Provide Engineering and Construction Support Services Phase 2 Construction of Cell 1 of Segment 3 Expansion Indian River County Class I Landl"ill Vero Beach, Indian River County, Florida Dear Mr. Mehta : Geosyntec Consultants (Geosyntec) is pleased to submit this proposal to the Indian River County (IRC ) Solid Waste Disposal District ( SWDD) to provide engineering and construction support services related to Phase 2 construction of Cell 1 of Segment 3 Expansion (hereafter referred to as the Project) of the Class I Landfill at the IRC Landfill (IRCL) facility located in Vero Beach , Indian River County , Florida . The proposal presents the scope of work, schedule , and budget estimate to provide construction -phase services for the Project . The proposal was prepared in response to a request from Mr . Himanshu Mehta P .E . , Managing Director of SWDD , to Dr. Kwasi Badu -Tweneboah, P .E . of Geosyntec . Geosyntec has prepared this proposal as Exhibit 1 of Work Order No . 4 for the Continuing Contract Agreement for Professional Services between IRC SWDD and Geosyntec, dated 15 November 2011 . The remainder of this proposal presents : ( i) project background ; ( ii) proposed scope of work , ( iii) schedule ; and (iv) budget estimate . PROJECT BACKGROUND The IRCL facility is located in southern Indian River County , east of Interstate 95 , south of Oslo Road , and west of Rangeline Road in Vero Beach , Florida . Municipal Solid Waste (MSW) and Construction and Demolition (C &D) debris are presently disposed off, commingled , in the Class I landfill , operated by Republic Services Inc . (RST) under a contract to SWDD . The active Class I landfill includes Segments 1 and 2 , and an Infill Area located between Segment 1 and Segment 2 . In addition , an area with a footprint of approximately 76 acres , located immediately east and southeast of Segment 2 and designated as Segment 3 Expansion , has been permitted by the NCP20120M I209OUL 12034 engineefs, t fl , r ienilSts I innovators Mr. Himanshu Melita, P . E . 26 March 2012 Page 2 Florida Department of Environmental Protection ( FDEP) for construction and operation of a future Class I landfill capacity . Phase 1 construction of Cell 1 of the Segment 3 Expansion was completed in October 2011 . This phase involved placement and compaction of fill material to bring the grades to the bottom of the liner system . Phase 2 construction of Cell 1 of the Segment 3 Expansion , which includes the installation of the liner and leachate control systems, is in the final steps of its procurement stage . Because the existing landfill gas (LFG) flare station of the gas collection and control system (GCCS ) was located within the footprint of Cell 1 , Phase 2 construction also included its relocation to an area northeast of the Segment 3 Expansion . On 7 February 2012 , the SWDD Board, responding to Ineos New Planet BioEnergy ' s (INPB ' s) request to advance the relocation schedule of the LFG flare station, authorized RSI to execute its early construction based on Geosyntec design, separately and ahead of the remainder of Phase 2 construction work of Cell 1 . RSI selected Golder Associates, Inc . (Golder), its contractor for operation and maintenance of the GCCS , as the general contractor for the LFG flare station relocation project . In addition, on 21 February 2012 , the Board authorized Work Order No . 3 to Geosyntec to provide construction quality assurance (CQA) and engineering support services for the LFG flare station relocation project . This relocation project is presently ongoing and is scheduled for completion by the end of April 2012 . This proposal addresses the engineering and construction support services required to complete the remainder of the construction work for Phase 2 of the Project (exclusive of the relocation of the LFG flare station) , and includes construction management (CM) , CQA services , resident engineering and preparation of construction completion certification report for submittal to FDEP . The certification report will also cover the completion of the Phase 1 construction and LFG flare station relocation projects . PROPOSED SCOPE OF WORK This proposal covers professional engineering and construction support services required to complete the remaining construction of the Phase 2 of Cell 1 ( 10-acre cell) of Segment 3 Expansion of the Class I Landfill . The scope of work is based on the requirements of Chapter 62 - 701 , Florida Administrative Code (FAC ) and Geosyntec ' s understanding of the Project based on information provided by the SWDD . Geosyntec will provide all engineering services necessary to complete the Project . For budgeting purposes , the scope of work has been divided into six phases , as presented below : NCP2012\X1. 12090\JL 12034 engineer:ti I > cieniislS i innovators Mr . Himanshu Melita, P . E . 26 March 2012 Page 3 • Phase 1 — General Consulting/Meeting Support/Project Management ; • Phase 2 — Preparation of Issued for Construction Documents ; 0 Phase 3 — QA/QC Services ; • Phase 4 — Construction Management ; • Phase 5 — Resident Engineering and Certification Services ; and 0 Phase 6 — Miscellaneous Engineering Support Services . Each of these phases is briefly described below. Phase 1 : General Consulting/Meeting Support/Project Management Phase 1 consists of three components : general consulting , meeting support, and project management . Geosyntec will provide SWDD with consulting services necessary to initiate the project . Geosyntec will prepare presentation graphics , engineering drawings , and other documents required to support the Project ' s meetings and coordination activities . A kickoff meeting with SWDD is proposed before the start of project activities so that the specific project requirements can be discussed . If required by SWDD , Geosyntec will prepare for and attend a meeting with the SWDD Board to explain the project scope and budget requirements . In addition , review meetings will be held with SWDD as necessary during the various phases of the project implementation schedule . Following each meeting, Geosyntec will prepare meeting minutes that document decisions reached in the meetings . Geosyntec has also budgeted for one meeting with FDEP Central District Waste Management Program to discuss the Phase 2 — Cell 1 construction project . Project management activities will include : budget and schedule tracking , invoice review , and project communications , including the preparation of a monthly progress report . The project report will include a description of the activities completed during the month and planned activities for the following month . In addition, the progress report will identify any technical or administrative issues that require SWDD ' s attention and the current status of the budget and schedule . For the purpose of this budget estimate , Geosyntec has included four meetings : (i) one kickoff meeting with SWDD ; (ii ) one meeting with the SWDD Board , if requested by SWDD ; (iii) one meeting with the FDEP Waste Management Program ; and (iv) one meeting with SWDD at the completion of Phase 2 of the project . Additional meetings are addressed in the remaining phases of this proposal . NCP2012\XL 12090\JL 12034 engineers scientists 1 ilillovators Mr . Himanshu Mehta, P . E . 26 March 2012 Page 4 Phase 2 : Preparation of Issued for Construction Documents The procurement documents included both the LFG flare relocation and Cell 1 liner and leachate control systems construction projects . However, because the LFG flare relocation project had then been awarded to Golder through RSI , an addendum was issued during the bidding process to remove those items from the bid . Geosyntec will update all the construction documents to remove the components related to the LFG flare station relocation project and complete Issued for Construction Documents for the selected contractor . The documents affected include Construction Drawings , Technical Specifications , and CQA Plan . These documents will also be revised to include all addenda issued during the bidding process . A copy of the Issued for Construction Documents will be submitted to FDEP Central District and a meeting will be scheduled to address any concerns prior to contractor mobilization . The meeting with FDEP is budgeted under Phase 1 . Phase 3 : QA/QC Services Geosyntec will provide Quality Assurance and Quality Control (QA/QC) services throughout the construction phase to ensure that the landfill cell is constructed in accordance with the design approved by FDEP to the highest construction quality standards . QA/QC services consist of three components , including : • field monitoring QA/QC services ; • geotechnical CQA laboratory services ; and • geosynthetic CQA laboratory services . Field QA/QC Services Geosyntec will provide QA/QC services during construction of the Project . QA/QC monitoring , testing methods, test frequencies, and the reporting requirements will be performed in accordance with the CQA Plan, Technical Specifications, and applicable portions of Chapter 62 - 701 , F .A . C . The work will be executed by an experienced project team consisting of office managerial staff and on - site CQA representatives . Geosyntec will provide on-site monitoring services for the activities associated with construction of the project . The QA/QC services will be provided by a CQA Site Manager and Engineering Technicians, as needed . The CQA Site Manager will be responsible for QA/QC activities throughout the Project including monitoring construction, coordinating soils , and geosynthetics testing , and maintaining documentation of CQA activities at the site . NCP2012\xL 12090\JL 12034 engineers, I st 'if.' ndsis j 11711owators Mr . Himanshu Mehta, P . E . 26 March 2012 Page 5 Geosyntec will assign one CQA field personnel for every major construction activity being performed by the Contractor . For geosynthetics installation , one field CQA personnel can monitor two welding technicians . If at times several liner system installation operations are conducted simultaneously , the on - site CQA personnel will monitor those operations that are considered most critical to the performance of the liner system . Any non- conforming or questionable practices observed by Geosyntec will be brought to the attention of the concerned parties for review and correction . Geotechnical CQA Laboratory Services Geosyntec will provide independent geotechnical CQA laboratory testing related to the construction . Experienced laboratory technicians will perform the required soils conformance and performance tests in accordance with the test methods described in the Technical Specifications and CQA Plan . The test results will be reviewed by the CQA Site Manager . SWDD will be provided with regular updates of the conformance and performance testing activities and results . Summary reports of the test results will be presented in the certification report . Geosynthetic CQA Laboratory Services Geosyntec will perform : ( i ) conformance testing of the geosynthetic materials ; and ( ii) destructive testing of the geomembrane seams at an off- site geosynthetic CQA testing laboratory . Conformance sampling of the geosynthetics will be undertaken at the manufacturing plant prior to shipment of the geosynthetics to the site . This will expedite the conformance testing and eliminate delays in the field waiting for test results . Geosyntec will be responsible for coordinating collection of conformance test samples with the geosynthetic CQA laboratory and geosynthetic manufacturer . The geosynthetic CQA laboratory will be responsible for all conformance testing . The CQA Site Manager will also coordinate collection and shipping of geomembrane destructive seam samples at the frequencies specified in the CQA Plan to the geosynthetic CQA laboratory . The laboratory will perform geomembrane seam strength tests for compliance with the Technical Specifications and CQA Plan . Test results will be e -mailed or faxed to the site in order to avoid delays with the construction schedule . Phase 4 : Construction Management Geosyntec will provide construction management ( CM) services throughout the duration of construction . CM activities will include conducting pre -construction and weekly construction progress meetings with the Contractor and its subcontractor(s) , preparing and distributing meeting minutes, preparing a detailed construction schedule using critical path method (CPM) of scheduling for evaluating construction progress, assisting the Contractor and SWDD in NCP2012\xL 12090\JL 12034 engineers I scientists ( innovators Mr . Himanshu Melita, P . E . 26 March 2012 Page 6 identifying critical construction phases and material procurement activities, providing assistance to the Contractor in formulating plans to regain the project schedule in case of unforeseen delays , reviewing Contractor payment requests and verifying quantities and conformance with the plans and specifications, and providing contract administration to include construction -related correspondence with the Contractor and SWDD . Phase 5e Resident Engineering and Certification Services Geosyntec will provide resident engineering services throughout the duration of construction . Resident engineering services will include Construction Drawings and Technical Specifications interpretation or clarification , an evaluation of any changed conditions , and engineering analyses for any design changes or improvisations . Geosyntec will also provide support to SWDD in the preparation of modifications, deletions, or additions to the contract documents . Contractor ' s change proposals will be evaluated for technical merit, conformance with design intent, and reasonableness with respect to pricing . Geosyntec will also assist SWDD in the review and approval process for submittals required by the contract documents . Resident engineering services are expected to include engineers , administrative assistants , CADD operators, and word processors , as needed . As part of the Resident Engineering phase, Geosyntec will prepare a final QA/QC certification report, which will include as -built record drawings for the Project . The report will contain a narrative describing , in detail , the aspects of field activities associated with the Phase 2 construction , specifically with reference to the activities identified in this proposal . The report will also include a summary of all conformance and performance tests conducted , testing frequencies , and test results showing compliance with the Technical Specifications and the CQA Plan . The documentation of construction activities (presented on daily summary reports , monitoring logs , test data sheets , nonconformance identification and corrective measures reports , and design change records) will be included as appendices to the final report. The as -built record drawings will be prepared for the Project, in AutoCAD format, in order to illustrate the details of construction , any approved design changes , and other relevant information . Per the addendum issued during the bidding process, the Contractor will be responsible for preparing the as -built drawings signed and sealed by a registered land surveyor in the State of Florida . Geosyntec will coordinate and review drafts of the as -built drawings to ensure compliance with the Project and permit requirements . The final QA/QC certification report and as -built record drawings will be signed and sealed by a registered professional engineer in the State of Florida. Geosyntec will prepare the report within 30 days of completing the construction activities . Three hard and one electronic copies of the NCP2012UQ. 12090\JL 12034 f'11 ii"t f'rS i S :�iendsts i innovltorS Mr . Hinianshu Mehta, P . E . 26 March 2012 Page 7 final QA/QC certification report will be submitted to FDEP for approval with copies provided to SWDD , Phase 6 : Miscellaneous Engineering Support Services This phase will address two issues associated with the operation of the expanded Class I landfill including : • The inter-connection of INPB ' s compressor and gas conveyance system to the relocated gas flare station ; and • The maintenance requirements associated with the operation of the new vertical expansion access road . INPB has entered into agreement with SWDD to purchase landfill gas generated from the Class I landfill , for use as a supplemental fuel in the waste to ethanol process . To transport the gas to the ethanol facility , INPB has constructed a landfill gas conveyance system consisting of a 6 - m . diameter pipeline and a compressor to force the gas to flow to the ethanol plant . This system should be connected to the flare station at the new location in a manner that ensures reliable and uninterrupted transportation of the gas from the landfill to the ethanol plant when INPB is able to accept it or to the flare for destruction prior to release to the atmosphere when INPB is unable to utilize it in the process . Geosyntec will review INPB design for the gas conveyance system and the details of the interconnection of the compressor to the gas flare station . We will meet with representatives of SWDD, INPB , and RSI to establish operating protocols , record keeping, and reporting for each of these entities , to maximize the delivery of landfill gas to the ethanol plant and minimize the need to dispose off it by flaring . Geosyntec will also meet with representatives of SWDD and RSI to discuss the operational problems of the new access road to the vertical expansion of the Class I landfill and the additional maintenance requirements that they impose . It is anticipated that following this meeting improvements to the access road and perimeter ditch would be necessary . Geosyntec will design and prepare drawings and specifications for these improvements which could be added to the scope of work for the selected contractor for the Phase 2 construction . SCHEDULE Geosyntec schedule is based on the assumption that the procurement program terminating with the signing of the construction contract with the selected candidate contractor will be completed by 30 April 2012 . Construction is estimated to require three months to complete with an NCP2012\XL 12090\JL 12034 enghleers I fiCiel,tists I ijino hors Mr . Himanshu Mehta, P . E . 26 March 2012 Page 8 additional month for project certification and FDEP approval . Thus, Cell 1 of the Segment 3 Expansion should be ready to accept waste by 1 September 2012 . Geosyntec recognizes the importance of the schedule for SWDD and their need to obtain the required disposal capacity from the first cell of Segment 3 Expansion of the Class I landfill . Throughout the duration of the Project, Geosyntec will work diligently to meet those milestones and the schedule developed for the Project . BUDGET ESTIMATE The following assumptions were used by Geosyntec in developing the budget estimate presented below : • The total project duration will be 5 months with an anticipated start date on or 4 April 2012 . The construction schedule, based on the Contract Documents , is anticipated to be 3 months ( 12 weeks) . • QA/QC monitoring is budgeted for 12 hours per day, 6 days per week (72 hours per week) . • All hours worked on the project will be invoiced at the rates indicated in the detailed budget estimate . Geosyntec assumes that we will be compensated for any time over 72 hours per week should the contractor elects to exceed this schedule . No standby time will be applied to the CQA personnel for days not worked , provided at least 40 hours are invoiced each week for the field CQA person . If federal statutory holidays are worked (i . e . , Memorial Day , Independence Day, etc . ) the rates provided will be doubled for hours worked on these days . Should the minimum weekly chargeability goal of 40 hours for each CQA personnel not be achieved (as a result of bad weather or other unforeseen circumstances ) , Geosyntec will demobilize the CQA personnel in order to control the budget . ® All hours worked on the Phase 2 — Cell 1 construction project will be billed at the rates indicated in the attached budget estimate with no premium charged for overtime . • The contractor will directly retain the services of a licensed professional land surveyor for preparation of the as -built record drawings described above . These drawings will be provided to Geosyntec in a timely manner for submittal with the final CQA certification report . • Geosyntec will minimize courier fees by exchanging information between SWDD and Geosyntec via e -mail or facsimile and follow-up by regular mail . However, some NCP2012\XL 12090\JL 12034 engi ! ? r .rs I sfl(Il, Ositi I innoVarors Mr. Himanshu Mehta, P . E . 26 March 2012 Page 9 express shipments may be unavoidable . Although not included in this estimate , all shipping or other similar communication fees incurred will be invoiced at cost. • Geosyntec CQA personnel require space for office work and small equipment storage while on site . IRC will provide adequate field facilities with necessary utilities , and access to a phone , fax machine , and copier. Geosyntec will provide a mobile telephone to the CQA Site Manager and other technicians during the construction phase . • Geosyntec will provide a nuclear moisture/density gauge for use by the CQA personnel . It is assumed that a proper overnight storage area for the gauge will be provided . Other equipment that will be provided by Geosyntec will include ; field computer, digital camera, data collectors , hand held GPS , and other miscellaneous field equipment . Geosyntec has elected to provide this equipment at no cost to SWDD . • Geosyntec will prepare a site specific Health and Safety Plan specifically for use by Geosyntec CQA personnel employees working onsite . • Costs for expenses (including gas , tolls, field sampling supplies, truck rental and other project- specific purchases and expenses) will be invoiced at no additional increase or surcharge . • Geosyntec proposes to provide a rental/company vehicle for use by Geosyntec CQA personnel on site at a daily unit rate of $ 80 . Due to recent rapidly rising fuels costs, the daily unit rate for this vehicle does not include the costs of fuel and tolls which will be invoiced at cost . A budget estimate for the scope of work outlined in Phases 1 through 6 of this proposal is summarized below, with a detailed budget estimate provided as Attachment A . Phase 1 : General Consulting/Meeting Support/Project Management $295582 Phase 2 : Preparation of Issued for Construction Documents $ 93949 Phase 3 : QA/QC Services $ 1183706 Phase 4 : Construction Management $ 503499 Phase 5 : Resident Engineering and Certification Services $ 51 , 756 Phase 6 : Miscellaneous Engineering Support Services $29 , 287 TOTAL $289 ,779 Geosyntec will not exceed the cost estimate without prior approval and written authorization from SWDD . NCP20120M 12090UL 12034 engineet's i Scientisif, I hirim 1tor5 Mr . Himanshu Mehta, P . E . 26 March 2012 Page 10 CLOSURE Geosyntec appreciates this opportunity to offer our services . If this proposal is acceptable , please indicate your agreement by signing the attached work authorization , which references this proposal . Please return one signed work authorization to Dr . Badu-Tweneboah ' s attention . Please call the undersigned with questions you may have as you review this proposal . Sincerely . Tanhum Goldshmid , Ph .D . Senior Consultant Kwasi Badu - Tweneboah, Ph . D . , P . E . Associate Attachments NCP2012\XL 1209011L 12034 f' !"EIn-; ilwers I scie tisL• Inriowators ATTACHMENT A DETAILED BUDGET ESTIMATE Table 1 BUDGET ESTIMATE ENGINEERING AND CONSTRUCTION SUPPORT SERVICES PHASE 2 CELL 1 SEGMENT 3 EXPANSION INDIAN RIVER COUNTY CLASS I LANDFILL PHASE 1 : Project Management and Meetings ITEM BASIS RATE QUANTITY ESTIMATED BUDGET A. 'Professional Services a. Principal hr $209 0 $ 0 b . Associate hr $ 197 56 $ 113032 c . Senior Project Engineer hr $ 174 56 $9,744 d . Project Engineer hr $ 143 0 $0 e . Engineer hr $ 124 0 $0 f Senior Staff Engineer hr $ 109 24 $2 , 616 g . Staff Engineer hr $ 93 0 $0 _L' _ Subtotal InJI Services LL.$23,392 B. ' Technical/AdministrativeServices - ` .__ . .- a. CADD Designer hr $ 127 12 $ 1 , 524 b . Senior CADD Operator hr $ 125 0 $0 c . Drafter/CADD Operator hr $77 0 $0 d . Technical/Administrative Assistant hr $ 87 24 $25088 e . Technical Word Processor hr $ 89 0 $0 f Clerical hr $ 53 16 $ 848 Subtotal Technical/Administrative Services $4,460 C: Reiinbnrsables _ . a. Lodging da $ 100 0 $ 0 b . Per Diem da $21 0 $0 c . Communications Fee 3 % labor 0 . 03 272852 $ 836 d . CADD Computer System hr $ 15 12 $ 180 e . Vehicle Rental & Fuel da $ 150 1 4 $ 600 f. 8 . 5 "x11 " Photocopies each $ 0 . 12 200 $24 g . CADD Drawings each $ 3 30 $90 Subtotal Reimbursables $19730 TOTAL ESTIMATED BUDGET : PHASE 1 $29 58"2 Table 2 BUDGET ESTIMATE ENGINEERING AND CONSTRUCTION SUPPORT SERVICES PHASE 2 CELL 1 SEGMENT 3 EXPANSION INDIAN RIVER COUNTY CLASS I LANDFILL PHASE 2 : Preparation of Issued for Construction Documents ITEM BASIS RATE QUANTITY ESTIMATED BUDGET Professional Services a. Principal hr $209 0 $0 b . Associate hr $ 197 8 $ 1 , 576 c . Senior Project Engineer hr $ 174 0 $0 d . Project Engineer hr $ 143 0 $0 e . Engineer hr $ 124 0 $0 f. Senior Staff Engineer hr $ 109 24 $2 , 616 g . Staff Engineer hr $93 0 $0 _.. . Subtotal Professional Services $4192 BeclinicallAdminisfrative ' Servicest' Stir _. a. CADD Designer hr $ 127 24 $ 32048 b . Senior CADD Operator hr $ 125 0 $ 0 c . Drafter/CADD Operator hr $ 77 0 $0 d . Technical/Administrative Assistant hr $ 87 0 $0 e . Technical Word Processor hr $ 89 12 $ 15068 f. Clerical hr $ 53 0 $0 Subtotal Technical/Administrative Services $4116 ca Reimlinrsables a. Lodging da $ 100 0 $0 b . Per Diem da $21 0 $0 c . Communications Fee 3 % labor 0 . 03 83308 $249 d . CADD Computer System hr $ 15 24 $ 360 e . Vehicle Rental & Fuel da $ 150 4 $ 600 f 8 . 5 "x11 " -Photocopies each $ 0 . 12 600 $ 72 g . CADD Drawings each $ 3 120 $360 Subtotal Reimbursables $19641 TOTAL ESTIMATED BUDGET ': PHASE 2 ' $9 949 Table 3 BUDGET ESTIMATE ENGINEERING AND CONSTRUCTION SUPPORT SERVICES PHASE 2 CELL 1 SEGMENT 3 EXPANSION INDIAN RIVER COUNTY CLASS I LANDFILL PHASE 3 : QA/QC Services ITEM BASIS RATE QUANTITY ESTIMATED BUDGET A. Professional Services a. Principal hr $209 0 $0 b . Associate hr $ 197 0 $0 c . Senior Project Engineer hr $ 174 0 $0 d . Project Engineer hr $ 143 0 $0 e . Engineer hr $ 124 0 $ 0 f. Senior Staff Engineer hr $ 109 0 $0 g . Staff Engineer hr $93 0 $0 Subtotal Professional Services $0 W, =Technical/Adminiistrative Services - a. Field Manager/Construction Manager hr $ 92 0 $0 b . Senior Engineering Technician hr $ 78 864 $ 67, 392 c . Engineering Technician hr $61 144 $ 85784 d . Senior CADD Operator hr $ 125 0 $0 e . Drafter/CADD Operator hr $77 0 $ 0 f Technical/Administrative Assistant hr $ 87 0 $ 0 g . Technical Word Processor hr $ 89 0 $ 0 h . Clerical hr $ 53 12 $ 636 Subtotal TechnicaVAdministrative Services $769812 C. ` Reimbursables ` a. Lodging da $ 100 98 $ 9 , 800 b . Per Diem da $21 98 $2,058 c . Communications Fee 3 % labor 0 .03 $763812 $2,304 d . CADD Computer System hr $ 15 8 $ 120 e . Geotechnical Lab Testing est $3 , 595 1 $3 ,595 f. Geos nthetics Lab Testing est $ 127825 1 $ 12 , 825 g . Vehicle Rental week $480 . 00 14 $6 , 720 h . Computer, Data Collectors , Camera week $25 . 00 14 $ 350 i . Nuclear Density Gauge week $250 . 00 12 $ 3 ,000 ' . Consumables week $ 75 . 00 12 $ 900 k . 8 . 5 " xll " Photocopies each $ 0 . 12 600 $72 1 . CADD Photocopies each $ 3 50 $ 150 Subtotal Reimbursables $419894 TOTALESTIMATED BUDGET `: PHASEJ $118'706 Table 4 BUDGET ESTIMATE ENGINEERING AND CONSTRUCTION SUPPORT SERVICES PHASE 2 CELL 1 SEGMENT 3 EXPANSION INDIAN RIVER COUNTY CLASS I LANDFILL PHASE 4 : Construction Management FrEMBASIS RATE QUANTITY ESTIMATED BUDGET A.1 Tiofessidnal Services - a. Principal hr $209 0 0 b . Associate hr $ 197 56 $ 11 ,032 c . Senior Project Engineer hr $ 174 100 $ 17,400 d . Project Engineer hr $ 143 0 $ 0 e . Engineer hr $ 124 0 $ 0 f. Senior Staff Engineer hr $ 109 110 $ 113990 g . Staff Engineer hr $ 93 0 $0 Subtotal Professional Services $409422 lk,- ecfinical/Administrative Services . ` a. Site Manager/Construction Manager hr $ 92 0 $ 0 b . Senior Engineering Technician hr $ 78 0 $ 0 c . Engineering Technician hr $ 61 0 $ 0 d . Senior CADD Operator hr $ 125 24 $39000 e . Drafter/CADD Operator hr $ 77 0 $ 0 f Technical/Administrative Assistant hr $ 87 24 $ 2 ,088 g . Technical Word Processor hr $ 89 0 $0 h . Clerical hr $ 53 0 $0 Subtotal Technical/Administrative Services $59088 C: Reimbursables a. Lodging da $ 100 0 $ 0 b . Per Diem da $21 0 $ 0 c . Communications Fee 3 % labor 0 . 03 $45 ,510 $ 1 ,365 d . CADD Computer System hr $ 15 100 $ 1 , 500 e . Vehicle Rental da $ 150 . 00 13 $ 15950 f 8 . 5 " x11 " Photocopies each $0 . 12 200 $24 g . CADD Photocopies each $ 3 50 $ 150 Subtotal Reimbursables $49989 TOTAL ESTIMATED BUDGET: PHASE 4 $50 499 " Table 5 BUDGET ESTIMATE ENGINEERING AND CONSTRUCTION SUPPORT SERVICES PHASE 2 CELL 1 SEGMENT 3 EXPANSION INDIAN RIVER COUNTY CLASS I LANDFILL PHASE 5 : Resident En eerin and Certification Servi inces ITEM BASIS RATE QUANTITY ESTIMATED BUDGET A. Professional Services a. Principal hr $209 0 $ 0 b . Associate hr $ 197 80 $ 157760 c . Senior Project Engineer hr $ 174 40 $ 63960 d . Project Engineer hr $ 143 0 $ 0 e. Engineer hr $ 124 0 $0 f Senior Staff Engineer hr $ 109 120 $ 13 ,080 g . Staff Engineer hr $ 93 0 $0 Subtotal Professional Services $35,800 B: TechnicaUAdministrative. Serv�ces L. r,., _ a. Site Manager/Construction Manager hr $ 92 0 $0 b . Senior Engineering Technician hr $ 78 24 $ 1 , 872 c . Engineering Technician hr $ 61 0 $0 d . Senior CADD Operator hr $ 125 60 $75500 e . Drafter/CADD Operator hr $ 77 0 $ 0 f Technical/Administrative Assistant hr $ 87 24 $2,088 g . Technical Word Processor hr $ 89 0 $0 h . Clerical hr $ 53 0 $0 Subtotal Technical/Administrative Services $119460 C. Reimlursables.` a. Lodging da $ 100 0 $0 b . Per Diem da $ 21 0 $0 c . Communications Fee 3 % labor 0 . 03 $47 ,260 $ 15418 d . CADD Computer System hr $ 15 48 $720 e . Vehicle Rental da $ 150 . 00 13 $ 13950 f 8 . 5 " x11 " Photocopies each $0 . 12 900 $ 108 g. CADD Photocopies each $3 100 $ 300 Subtotal Reunbursablesl $4,496 TOTAL ESTIMATED BUDGET PHASE 5 ' L 1 $51756 ` Table 6 BUDGET ESTIMATE ENGINEERING AND CONSTRUCTION SUPPORT SERVICES PHASE 2 CELL 1 SEGMENT 3 EXPANSION INDIAN RIVER COUNTY CLASS I LANDFILL PHASE 6 : Miscellaneouse Support Services ITEM BASIS RATE QUANTITY ESTIMATED BUDGET A. Professional Services a. Principal hr $209 0 $0 b . Associate hr $ 197 24 $4, 728 c . Senior Project Engineer hr $ 174 30 $55220 d . Project Engineer hr $ 143 0 $0 e . Engineer hr $ 124 0 $ 0 f. Senior Staff Engineer hr $ 109 80 $ 89720 g . Staff Engineer hr $ 93 0 $0 Subtotal Professional Services $189668 B echnical/AdifiI bf ative Services . a. Site Manager/Construction Manager hr $ 92 0 $ 0 b . Senior Engineering Technician hr $ 78 0 $ 0 c . Engineering Technician hr $ 61 0 $ 0 d . Senior CADD Operator hr $ 125 48 $ 600 e . Drafter/CADD Operator hr $77 0 $ 0 f. Technical/Administrative Assistant hr $ 87 24 $ 25088 g . Technical Word Processor hr $ 89 0 $ 0 h . Clerical hr $53 0 $ 0 Subtotal Technical/Administrative Services $89088 C:_ Reunbursables ' a. Lodging da $ 100 0 $ 0 b . Per Diem da $21 0 $ 0 c . Communications Fee 3 % labor 0 . 03 $267756 $ 803 d . CADD Computer System hr $ 15 , 48 $720 e . Vehicle Rental week $ 150 . 00 4 $600 f. 8 . 5 "x11 " Photocopies each $0 . 12 900 $ 108 g. CADD Photocopies each $ 3 100 $ 300 Subtotal Reimbursables $29531 TOTAL ESTIMATERBUDGET : jPHASE 6 . r. - $29i'287 : Table 5 BUDGET ESTIMATE ENGINEERING AND CONSTRUCTION SUPPORT SERVICES PHASE 2 CELL 1 SEGMENT 3 EXPANSION INDIAN RIVER COUNTY CLASS I LANDFILL PHASE 5 : Resident Engineering and Certification Services ITEM BASIS RATE QUANTITY ESTIMATED BUDGET A. Prbfessional Semces _'E ,t - ' ". a. Principal hr $209 0 $0 b . Associate hr $ 197 80 $ 15 , 760 c . Senior Project Engineer hr $ 174 40 $ 63960 d . Project Engineer hr $ 143 0 $ 0 e. Engineer hr $ 124 0 $ 0 f. Senior Staff Engineer hr $ 109 120 $ 13 , 080 g . Staff Engineer hr $ 93 0 $ 0 Subtotal Professional Services $359800 B. 'i Tichnical/A.—d' stratiVeSemces :' : .. a . Site Manager/Construction Manager hr $ 92 0 $0 b . Senior Engineering Technician hr $78 24 $ 19872 c . Engineering Technician hr $ 61 0 $0 d . Senior CADD Operator hr $ 125 60 $7 , 500 e . Drafter/CARD Operator hr $ 77 0 $0 f Technical/Administrative Assistant hr $ 87 24 $2,088 g . Technical Word Processor hr $ 89 0 $ 0 h . Clerical hr $ 53 0 $ 0 Subtotal Technical/Administrative Services $119460 CL L . Reimlursables: NL 9 a. Lod mi da $ 100 0 $ 0 b . Per Diem da $21 0 $0 c . Communications Fee 3 % labor 0 . 03 $47,260 $ 13418 d . CADD Computer System hr $ 15 48 $ 720 e . Vehicle Rental da $ 150 . 00 13 $ 19950 f. 8 . 5 " x11 " Photocopies each $0 . 12 900 $ 108 g. CADD Photocopies each $3 100 $300 Subtotal Reimbursables $49496 TOTAI ESTIMATED BUDGET :; PHASE 5 ' $51756 Table 6 BUDGET ESTIMATE ENGINEERING AND CONSTRUCTION SUPPORT SERVICES PHASE 2 CELL 1 SEGMENT 3 EXPANSION INDIAN RIVER COUNTY CLASS I LANDFILL PHASE 6 : Miscellaneouse Support Services ITEM BASIS RATE QUANTITY ESTIMATED BUDGET Az Professional Services a. Principal hr $209 0 $0 b . Associate hr $ 197 24 $43728 c . Senior Project Engineer hr $ 174 30 $ 5 , 220 d . Project Engineer hr $ 143 0 $0 e . Engineer hr $ 124 0 $0 f. Senior Staff Engineer hr $ 109 80 $ 89720 g . Staff Engineer hr $ 93 0 $0 Subtotal Professional Services $189668 B . ' :TechnicaUmini Adstrative Services = = '' a . . a. Site Manager/Construction Manager hr $92 0 $0 b . Senior Engineering Technician hr $78 0 $ 0 c . Engineering Technician hr $ 61 0 $ 0 d . Senior CADD Operator hr $ 125 48 $63000 e . Drafter/CADD Operator hr $ 77 0 $ 0 f. Technical/Administrative Assistant hr $ 87 24 $2 , 088 g . Technical Word Processor hr $ 89 0 $ 0 h . Clerical hr $53 0 $ 0 Subtotal Technical/Administrative Services $89088 C:; Reimbursables a. Lodging da $ 100 0 $0 b . Per Diem da $21 0 $0 c. Communications Fee 3 % labor 0 .03 $ 267756 $ 803 d . CADD Computer System hr $ 15 , 48 $720 e . Vehicle Rental week $ 150 . 00 4 $ 600 f. 8 . 5 " x11 " Photocopies each $0 . 12 900 $ 108 g . CADD Photocopies each $ 3 100 $300 Subtotal Reimbursables $29531 TOTAL ESTIMATED BUDGET c ` PH.ASE 6 < $29487 :