HomeMy WebLinkAbout2022-246WORK ORDER 18
Phase I - Segment 3, Cell 3 Site Preparation
This Work Order Number 18 is entered into as of this 22 day of November, 2022, pursuant to that
certain Continuing Consulting Engineering Services Agreement dated April 17, 2018, renewed and amended as of
May 18, 2021, (collectively referred to as 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 A (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 B (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 C (Time Schedule), 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.
f.1ON$1 11 TA IIT.
By:
Print
Title:
BOARD OF COUNTY COMMISSIONERS
OF INDIAMRHFER -COUNTY
By:
oset= Carman,
BCC Approved Date: November 22, 2022
Attest: Jeffrey R. Smith, Clerk of Court and Comptroller
By:
Deputy Clerk
1
Approved:
Jason �. Brown, County Administrator
Approved as to form and legal sufficiency:
ylan T. Reingold, County Attorney
EXHIBIT I
PROFESSIONAL SERVICES
Geosyntec
consultants
Mr. Himanshu Mehta, P.E.
Managing Director
Solid Waste Disposal District
Indian River County
1325 74th Avenue SW
Vero Beach, Florida 32968
1200 Riverplace Blvd., Suite 710
Jacksonville. Florida 32207
pn 904.858.1818
www.geosyntec.com
15 November 2022
Subject: Proposal to Provide Engineering and Construction Support Services
Site Preparation for Cell 3 of Segment 3 Expansion
Indian River County Class I Landfill
Vero Beach, Indian River County, Florida
Dear Mr. Mehta:
Geosyntec Consultants, Inc. (Geosyntec) is pleased to submit this proposal to the Indian River
County (IRC) Solid Waste Disposal District (SWDD) for the provision of engineering design,
contractor procurement, and construction support services related to the site preparation activities
for Cell 3 of Segment 3 Expansion of the Class I Landfill (hereafter referred to as the Project) at
the IRC Landfill (IRCL) facility located in Vero Beach, Florida. The site preparation activities
include preparation of the subgrade of the approximately 10.5 -acre Cell 3 footprint, and
associated stormwater management features and groundwater monitoring wells in order to
expedite the construction of the Cell 3 liner system under a separate procurement contract. This
proposal presents the scope of work, schedule, and budget estimate for the: (i) preparation of
construction and contract documents; (ii) contractor procurement support services;
(iii) abandonment and installation of groundwater monitoring wells and landfill gas (LFG) probe
in accordance with the Water Quality Monitoring Plan (WQMP) of the Class I Landfill permit;
and (iv) construction -phase services for the site preparation work. This proposal was prepared in
response to a verbal 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 (professional services) as Exhibit A of CCNA-2018-WO
No. 18, pursuant to that certain Continuing Contract Agreement for Professional Services, dated
17 April 2018, renewed and amended as of 18 May 2021 (collectively referred to as the
"Agreement"), by and between INDIAN RIVER COUNTY, a political subdivision of the State
of Florida ("COUNTY") and Geosyntec ("Consultant"). The remainder of this proposal is
organized to present: (i) project background; (ii) proposed scope of work; (iii) schedule; and
(iv) budget estimate.
NCP2022/XL2224G0/^]L22072 ement 3 Ce113 Sitc Prcoaration.doc
etigineers I scientists I innovators
Mr. Himanshu Mehta, P. E.
15 November 2022
Page 2
PROJECT BACKGROUND
The IRCL facility is located in southern Indian River County, east of Interstate 95, south of Oslo
Road, and west of Rangeline Road in Vero Beach, Florida. The SWDD administers the
management and operation of the Class I landfill at the IRCL facility. The Class I Landfill
includes the closed Segment 1/Infill/Segment 2 vertical expansion, and Segment 3 lateral
expansion (Segment 3). The total footprint area of Segment 3 is 76 acres and consist of eight
cells that are being constructed in phases as needed. Segment 3, Cell 1, directly east of and on
top of the east slope of Segment 2, was constructed in 2013. Segment 3, Cell 2 was constructed
in 2020. Republic Services of Florida LP (Republic), the operator of the Class I Landfill, has
estimated that filling of Cell 2 will be nearly completed by the end of Calendar Year (CY) 2023
and has therefore recommended that SWDD considers construction of Cell 3 during CY 2023.
In order to expedite Cell 3 construction, SWDD would like to implement it in two phases, as
follows:
• Phase 1: Site preparation activities consisting primarily of the earthwork for construction of
the subgrade for Cell 3; the fill material will be obtained from off-site borrow sources with
the actual placement and compaction to be performed by a contractor through the
procurement process. This phase also includes: (i) abandonment of the perimeter ditch east
of Cell 2 and construction of new perimeter ditches around Cells 3 and 4 footprints to tie
into the existing ditch south of Cells 1 and 2 footprints; and (ii) abandonment of existing
groundwater monitoring wells within Cell 3 footprint in accordance with the WQMP of the
Class I Landfill permit; this also includes and abandonment and installation of a
replacement LFG gas probe at the Class Landfill.
• Phase 2: Construction of the Cell 3 liner and leachate control systems to be performed by a
contractor selected through a separate procurement process.
This proposal addresses the engineering design and construction support services required to
complete Phase 1 of the Project, including preparation of construction and contract documents,
contractor procurement support, construction management (CM), and construction quality
assurance (CQA) services during the placement and compaction of the fill material for the
subgrade.
PROPOSED SCOPE OF WORK
This project includes professional engineering design and construction support services that will
be performed for the site preparation phase of the Project. The scope of work is based on the
requirements of Chapter 62-701, Florida Administrative Code (F.A.C.) and Geosyntec's
understanding of the Project based on information provided by the SWDD.
NCP2022/XL222460/JL23072 Scemcnt 3 Ccll 3 Sitc Prcparatiun.doc
engineers I scientists I innovators
Mr. Himanshu Mehta, P. E.
15 November 2022
Page 3
Geosyntec will provide engineering services necessary to complete the site preparation to
facilitate construction of Segment 3, Cell 3. The scope of services, therefore, includes
construction -phase services, such as, providing SWDD with the relevant construction drawings
and technical specifications, bid quantities, CM, and CQA monitoring, testing, and
documentation services. The scope of services to be performed by Geosyntec would ensure that
the fill material is placed and compacted in accordance with the project specifications and
regulatory requirements. In addition, groundwater monitoring wells and perimeter drainage
ditch within the footprint of Cell 3 will have to be abandoned and new perimeter ditch
constructed around Cells 3 and 4 footprints.
For budgeting purposes, the scope of work will be performed in five phases, as follows:
• Phase 1 — General Consulting/Meeting Support/Project Management;
• Phase 2 — Preparation of Construction Documents;
• Phase 3 — Contractor Procurement Support Services;
• Phase 4 — Construction -Phase Support Services; and
• Phase 5 — Abandonment and Installation of Existing Monitoring Wells and LFG Probe.
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. 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.
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.
NCP2022/XL222460/JL22072 Segment 3 Cell 3 Site PreQaratiun.doc
engineers I scientists I innovators
Mr. Himanshu Mehta, P. E.
15 November 2022
Page 4
For the purpose of this budget estimate, Geosyntec has included two meetings: (i) one kickoff
meeting with SWDD; and (ii) one meeting with SWDD following completion of Phase 2 below.
Phase 2 - Preparation of Construction Documents
Geosyntec will prepare the construction documents (i.e., drawings, technical specifications,
material quantities, and CQA Plan) required for SWDD to procure a contractor to prepare the
subgrade for Cell 3 of Segment 3. Geosyntec understands that SWDD might include in the bid
package an option for the selected contractor to also prepare the subgrade for Cell 4. Therefore,
Geosyntec will include relevant information on Cell 4 subgrade in the construction documents.
It is anticipated that the following drawings will be prepared:
1. Cover Sheet;
2. Existing Site Conditions;
3. Site Development Plan (will also show monitoring wells to be abandoned);
4. Subgrade Grading Plan;
5. Construction Control Points Data;
6. Perimeter Drainage Ditch Plan and Profile;
7. Cross Sections and Details (2 sheets);
8. Surface Water Drainage System Details; and
9. Erosion and Sediment Control Details.
The construction drawings will be prepared utilizing the Segment 3 Expansion Permit Drawings
prepared by Geosyntec in March 2010 and revised in November 2015. Construction control
points will be shown for the subgrade, drainage ditches, toes of slopes, and other locations
sufficient for the cell construction.
Technical Specifications and the CQA Plan will be compiled as part of the Construction
Documents. The specifications will be prepared using the industry -standard Construction
Specification Institute (CSI) format. Geosyntec will also prepare a bid sheet with estimate of
material quantities for the contractor procurement.
Geosyntec will prepare an Engineer's Estimate of Probable Construction Cost for the Project to
serve as a basis for comparison of bids during the procurement process. Probable construction
cost will be based on estimated construction quantities for the project and engineering estimate
of the probable unit cost for each item. Probable construction costs will be based on catalogues
such as R.S. Means, information provided by product manufacturers, and Geosyntec's
professional judgment and experience with similar projects.
NCP2022/XL22246Q1�-2 07� C�r¢ment 3 Cell 3 Sitc Preparatiun.doc
engineers I scientists I innovators
Mr. Himanshu Mehta, P. E.
15 November 2022
Page 5
Geosyntec will also prepare a construction schedule based on Geosyntec's understanding of the
Project and experience with similar landfill construction projects.
Phase 3 - Contractor Procurement Services
Under this phase, Geosyntec will prepare construction documents for procuring a construction
contractor for the Phase 1 construction. This will include preparation of the request for bid
(RFB) documents; attending the pre-bid meeting; responding to bidders' questions and preparing
required updates to the bidding document throughout the bids preparation process; evaluating
bids; and preparing a recommendation to SWDD of the preferred bid for Phase 1 construction.
Our budget is based on the assumption that the entire RFB package including the construction
drawings, specifications document, responses to questions and project update will be uploaded
by the County's Purchasing Division onto Demandstar website (or equivalent) where it will be
available for downloading by candidate contractors wishing to respond to the RFB.
Geosyntec will attend the pre-bid meeting with potential contractors to describe the Project and
its requirements and answer questions at the pre-bid meeting. During the bidding process,
Geosyntec will respond to written questions by issuing addenda. Preparation of addenda may
require revisions to the Construction Drawings or material quantities as necessary to allow
comparison and evaluation of bids from the contractors. Geosyntec will manage the
procurement process, review and evaluate the bids submitted in compliance with the
requirements of the RFB process, and prepare a recommendation with supporting rational for the
selection of the preferred candidate contractor for construction of Phase 1 of the Project.
Phase 4 - Construction -Phase Support Services
Geosyntec will provide CM engineering support services associated with construction of the
Cell 3 subgrade, including the following tasks: (i) Field CQA Services; (ii) CQA Surveying; and
(iii) CM and Engineering Support Services.
Task 4.1: Field CQA Services
Geosyntec will provide periodic CQA monitoring, testing, and documentation services to assist
SWDD staff (or contractor) on the subgrade preparation activities. CQA monitoring, testing
methods, test frequencies, and the reporting requirements will be performed in accordance with
the CQA Plan, ASTM standards, and applicable portions of Chapter 62-701, F.A.C.
Geosyntec will provide periodic on-site monitoring services for the activities associated with
construction of the subgrade. The periodic CQA services will be provided by a CQA Technician
on a weekly basis or as -needed by the selected contractor. The CQA Technician will visit the
NCP2022/XL22246Q1L22072-�e¢mcnt 3 Cell 3 Sit Preoa�tiun.doc
engineers I scientists I innovators
Mr. Himanshu Mehta, P. E.
15 November 2022
Page 6
site on a weekly basis (or as requested by the contractor) to collect soil samples from the off-site
borrow source soil stockpile for laboratory conformance testing (see below), monitor
construction progress, and conduct in-situ nuclear density and moisture content testing to
evaluate the adequacy of compaction of the subgrade. Soil samples from the off-site borrow
source will be tested by an independent geotechnical CQA laboratory for conformance with the
Technical Specifications and CQA Plan.
The CQA Technician will be responsible for CQA activities throughout the Project including
monitoring construction, coordinating soils testing (if needed), and maintaining documentation
of CQA activities at the site. Any non -conforming or questionable practices observed by
Geosyntec will be brought to the attention of the concerned parties for review and correction.
Task 4.2: CQA Surveying
Geosyntec will subcontract the services of a Registered Land Surveyor to provide the surveying
required and prepare the as -built record drawing of the Cell 3 subgrade construction. Geosyntec
has selected Peavey & Associates (Peavey) of Fort Meade, Florida to provide surveying services.
Peavey will assist SWDD staff in the subgrade preparation work and provide data to check
material quantities for measurement and payment purpose. A copy of Peavey's proposal is
enclosed as Attachment A.
Task 4.3: CM and Engineering Support Services
Geosyntec will provide CM and engineering support services throughout the duration of the site
preparation work. Construction management activities will include conducting pre -construction
and monthly construction progress meetings with the entity selected by the SWDD to prepare the
site for the construction. Geosyntec will evaluate Contractor payment requests, verify quantities
and conformance with the plans and specifications, and provide contract administration.
As part of this phase, Geosyntec will review laboratory conformance and field performance tests
results (performed through the Contractor) and as -built record drawings for inclusion in the
Cell 3 construction certification report. Geosyntec will therefore review all test results and
drawings to ensure compliance with the project specifications and FDEP-issued permit for the
Class I Landfill.
Phase 5: Abandonment of Existing Monitoring Wells
Construction of Cell 3 will require abandonment of two groundwater monitoring well clusters
(MW41 and MW -42). In addition, LFG migration monitoring probe GW -00011 that is located
close to the flare station would have to be abandoned and replaced with a new probe in order to
NCP2022/XL222460/1L2072 Segment { Cell 3 lite Prepurution doe
Mr. Himanshu Mehta, P. E.
15 November 2022
Page 7
accommodate construction of a new skid. Geosyntec has selected Andersen Andre Consulting
Engineers, Inc. (AACE) of Fort Pierce, Florida to serve as a drilling subcontractor to perform
these services. A copy of AACE's proposal is included as Attachment B.
A Geosyntec engineer will be on-site to supervise the work. The replacement gas probe location
will be surveyed using a portable GPS equipment. Upon completion of groundwater monitoring
well and LFG probe abandonment and replacement gas probe installation activities,
documentation will be submitted to FDEP in accordance with the requirements of the solid waste
permit.
SCHEDULE
Geosyntec has prepared a schedule for the site preparation work (Phase 1) of Cell 3, which is
included as Attachment C. The schedule, as presented, assumes a start date of 23 November
2022. Procurement of supplier and. or contractor will take place during the month of January
2023 with contractor selection and contract award completed by 31 January 2023. Site
preparation of Cell 3 is projected to require 2 to 3 months to complete. The abandonment and
replacement of groundwater monitoring wells and LFG probe will be completed in January 2023.
Thus, Cell 3 liner and leachate control system could be ready for construction by April 2023.
Geosyntec recognizes the importance of the schedule for SWDD and their need to obtain
additional disposal capacity for 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
A budget estimate for the scope of work outlined in Phases 1 through 5 of this proposal is
summarized in the following table. A detailed budget estimate is provided as Attachment D.
Note that fee for the surveyor is included in Phase 4 and the drilling subcontractor's fee is
included in Phase 5.
NCP2022/XL222460/JL22072 Seemcnt 3 Cell 3 Site P=Daration.doc
engineers I scientists I innovators
Mr. Himanshu Mehta, P. E.
15 November 2022
Page 8
• Phase 1 - General Consulting/Meeting Support/Project Management
• Phase 2 - Preparation of Construction Documents
• Phase 3 - Contractor Procurement Services
• Phase 4 - Construction -Phase Support Services
• Phase 5 - Abandonment and Installation of Wells and Probe
TOTAL
$19,502.26
$31,499.02
$22,458.75
$83,707.44
$14,137.24
$171,304.71
Geosyntec will not exceed the cost estimate without prior approval and written authorization
from SWDD.
CLOSURE
Geosyntec appreciates this opportunity to offer our services. If this proposal is acceptable,
please indicate your agreement by signing the attached work authorization, which references this
proposal. Please return one signed work authorization to Dr. Badu-Tweneboah's attention.
Please call the undersigned with questions you may have as you review this proposal.
Sincerely,
Kwasi Badu-Tweneboah, Ph.D., P.E.
Senior Principal
Attachments
NCP2022/XL222460/JL22072_Seament 3 Cell 3 Sitc Prcparation.doc
engineers I scientists I innovators
ATTACHMENT A
SURVEYING PROPOSAL
November 10, 2022
Peavey & Associates
Surveying & Mapping, PA
9399 North Lake Buffum Road Fort Meade, FI 33841
Phone: 863-738-4960
Email: DebPeavevaa,ueaveysurvevins.com
Mr. Kwasi Badu-Tweneboah, Ph. D. P.E.
Geosyntec Consultants
1200 Riverplace Boulevard, Suite 710
Jacksonville, Florida 32207
RE: Indian River County Vero Beach
Landfill Cells 3&4 Construction
I am pleased to offer the following proposal for surveying services at the above referenced
project location.
1. SCOPE OF SERVICES
The project consists of the following surveying services located at the above location as
follows:
PHASE 1 -Site Preparation Surveying
• Task One: Establish additional site control with references for contractor as specified
in bid specifications to use during construction. Pre-topo of the construction limits.
After stripping and dewatering.
• Task Two: Construction staking at 50' grid within the cell area. "These fees are for
one time staking*
• Task Three- Survey of the grades for measurement and payment purposes for a total
of 3 months. (There maybe additional work to include hourly rate of survey crew).
• Task Four- Stakeout locations of groundwater monitoring wells and gas monitoring
probes.
• Task Five- Survey TOC (northing, easting, and elevation in NGVD29) for individual
wells. Survey shall be prepared in accordance with the FDEP permit. Providing three
(3) signed and sealed hard copies and electronic file.
11- Cell Construction Surveying NOT PART OF
• Task s -built survey of the prep THIS WORK =Panels,
or
trench. ORDER
• Task Two: As -built survey seco s,
destructs.
• Task Three: As -built survey of the ary lineree�t�l mbrane. Panels, repairs,
destructs, and liner tie -i
• Task Four: As- survey of the 2' protective layer surface.
Peavey & Associates Page 1 Surveying & Mapping, PA
Peavey & Associates
Surveying & Mapping, PA
' 9399 North Lake Buff'um Road Fort Meade, F133841
Phone: 863-738-4960
Email: DebPeaveyApeavevsurvevine.com
• Task As -built of the leachate collection system corrido ' es,
sumps, manholes, main, etc.
• Task Six: As -built s of the final im r�ents.dge of liner markers and
stormwater improvements.
• Task Seven: Volume cal ions nformance check and for
measurement and fina ment purposes.
Survey shall b a square grid spaced not wider than et. Five copies of the final as -
built Ings and electronic copy in Cadd will be provided.
2. REQUIREMENTS OF CLIENT
• Receipt of an executed agreement.
• Hard copy of the approved construction plans
• Digital copy of plans. (pdf and cadd)
3. PROFESSIONAL FEES
Compensation for the outlines services will be on a lump sum basis, billed monthly for
completion percentages of work in progress, as followed:
Task One:
Task Two:
Task Three:
Task Four:
Task Five:
Task One:
Task Two:
Task Three:
Task Four:
Task Five:
Task Six:
Task Seven:
11,500.00
10,000.00
6,000.00
1,500.00
2,500.00
TOTAL $31,500.00
2,000.00
13,000.00
13,000.00
13,000.00
8,000.00
8,000.00
1,500.00
TOTAL $ 00.00
$10
Peavey & Associates Page 2 Surveying & Mapping, PA
Peavey & Associates
` Surveying & Mapping, PA
' 9399 North Lake Buffum Road Fort Meade, FI 33841
Phone: 863-738-4960
Email: DebPeavey(a)yeavevsurveving com
4. ACCEPTANCE OF TERMS
Services requested by the CLIENT not listed in the above scope of work will be provided
on a time and material basis in accordance with the "Hourly Rate Schedule" attached hereto
as Exhibit "A".
If the proceeding is satisfactory to you, please return a signed copy of this Agreement.
Invoicing will occur monthly based upon the percentage or hours of work completed.
Sincerely,
Deborah L. Peavey, PSM
Agreed to and accepted by:
Owner or ONS uer's Authorized Agent
EXHIBIT A
HOURLY RATE SCHEDULE
Senior Project Surveyor
Survey Crew
Date
175.00
175.00
Peavey & Associates Page 3 Surveying & Mapping, PA
ATTACHMENT B
DRILLING PROPOSAL
ANDERSEN ANDRE CONSULTING ENGINEERS, INC.
Geotechnical Engineering
Construction Materials Testing
Environmental Consulting
Geosyntec Consultants, Inc.
1200 Riverplace Boulevard, Suite 710
Jacksonville, FL 32207
Attention: Mr. Kwasi Badu-Tweneboah, Ph.D., P.E.
PROPOSAL FOR ABANDONMENT OF MONITORING WELLS
AND INSTALLATION OF GAS MONITORING WELL
INDIAN RIVER COUNTY LANDFILL
INDIAN RIVER COUNTY, FLORIDA
RACE Proposal No. P22-2487
(November 8, 2022)
November 10, 2022 (Rev1)
In accordance with your request, we are pleased to submit our proposal to abandon four (4)
groundwater monitoring wells at the above referenced project site. The wells vary in depth from
approximately 23 feet to 45 feet, for a total of approximately 136LF of well length, with the diameter
of each well being 2 inches. Further, 2 -ft by 2 -ft concrete well pads, manholes and bollards will be
removed, with these materials being left at the Indian River County Landfill. No earthwork operations
to backfill the well pad and bollard areas are included herein. The abandonment will completed by
grouting (by tremie method from the bottom up) the wells using a lean cement grout and a truck-
mounted drill rig. The well abandonment will be performed by a Water Well Contractor licensed by
the South Florida Water Management District (SFWMD). Upon completion of the work, Well
Completion Reports will be issued relative to the abandonment.
In addition, we understand that an existing 7 -ft deep gas monitoring well (probe) will require
abandonment, and a new 7 -ft deep probe (2" diameter schedule 40 PVC) will be installed, including
concrete pad, locking manhole and four protective bollards.
Our estimate of the cost of our services for this project is $8,100.00, itemized as follows:
• Mobilization of Men and Equipment; lump sum ............................. $350.00
• Obtaining Well Abandonment Permits from the Indian River County Health Department;
- Permit Cost + 15% .................................................... $250.00
- Project Engineer; 5 hours @ $110.00/hour................................ $550.00
• Monitoring Well Abandonment by a SFWMD Licensed Well Contractor;
- Cost + 15%.........................................................$1,200.00
• Issuance of SFWMD Well Completion Report (relative to abandonment) to the FDEP;
- Project Engineer; 5 hours @ $110.00/hour................................ $550.00
• Abandonment of gas probe and installation of new gas probe - lump sum........ $5,200.00
Total Project Cost: .................. $8,100.00
Weather conditions permitting, we will start the well abandonment within 7-10 days after receiving your
authorization to proceed. The well abandonment report will be issued within 14-21 days subsequent
to our field work.
834 SW Swan Avenue, Port St. Lucie, Florida 34983 Ph: 772-807-9191 Fx: 772-807-9192 www.aaceinc.com
PROPOSAL FOR ABANDONMENT OF MONITORING WELLS AND INSTALLATION OF GAS MONITORING WELL -2-
INDIAN RIVER COUNTY LANDFILL
AACE PROPOSAL No. P22-2487
We appreciate the opportunity to present this proposal. If the terms above are acceptable to you, please
sign and return the attached Professional Services Agreement as an indication of your acceptance and
authorization to proceed with the work. Please contact us if you should have any questions concerning
this cost estimate.
Best regards,
ANDERSEN ANDRE CONSULTING ENGINEERS, INC.
Peter G. Andersen, P.E.
Principal Engineer
ANDERSEN ANDRE CONSULTING ENGINEERS, INC.
WWW.AACEINC.COM
ANDERSEN ANDRE CONSULTING ENGINEERS, Inc.
PROFESSIONAL SERVICES AGREEMENT
AACE Proposal No: P22-2487
Project Name: ABANDONMENT OF MONITORING WELLS AND INSTALLATION OF GAS MONITORING WELL
INDIAN RIVER COUNTY LANDFILL
Client: Geosyntec Consultants, Inc. Address: 1200 Riverplace Boulevard, Suite 710
Attention: Mr. Kwasi Badu-Tweneboah, Ph.D., P.E. Jacksonville, FL 32207
Client hereby requests and authorizes Andersen Andre Consulting Engineers, Inc. ("AACE") to perform the following
services:
ABANDONMENT OF MONITORING WELLS AND INSTALLATION OF GAS MONITORING WELL I IRC LANDFILL, as detailed herein.
Estimated Budget:
$8,100.00
Payment Terms:
Net 30 days from invoice date; invoices will be sent every four weeks for continued or extended projects. Interest charges, l'/z%
per month following the due date.
Proposal Acceptance:
By accepting this Proposal, the Terms and Conditions of this Proposal, including the Terms on this page, and Andersen Andre
Consulting Engineers, Inc.'s General Conditions appearing on the reverse side of this page are incorporated herein by reference.
In the event this Professional Services Agreement was received by facsimile or via email, Client hereby confirms that the above
described Proposal, the Terms and Conditions of this Proposal, including the Terms on this page, and Andersen Andre
Consulting Engineers, Inc.'s General Conditions have been made available and are incorporated in this agreement.
PURSUANT TO FLORIDA STATUTES SECTION 558.0035 (2013) AN
INDIVIDUAL EMPLOYEE OR AGENT MAY NOT BE HELD
INDIVIDUALLY LIABLE FOR NEGLIGENCE.
Accepted by CLIENT:
By:
Name:
Title:
Date:
Billing Address:
Phone/Email:
Accepted for AACE:
By:
Name: Peter G. Andersen, P.E.
Title: Principal Engineer
Date: November 10, 2022 (Revl)
AACE GENERAL CONDITIONS
I - Parties And Scope Of Work: Andersen Andre Consulting Engineers, Inc. (hereinafter
referred to as "AACE") shall include said company, its individual professionals, particular
division, subsidiary or affiliate performing the Work. "Work" means the specific
geotechnical, analytical, testing, environmental or other service to be performed by AACE
as set forth in AACE's proposal, the Client's acceptance thereof, both incorporated herein
by this reference, and these General Conditions. "Client" refers to the person or business
entity ordering the Work to be done by AACE. If the client is ordering the Work on behalf
of another, the Client represents and warrants that the Client is the duly authorized agent
of said party for the purpose of ordering and directing said Work. Further, Client shall
disclose any such agency relationship to AACE in writing before the commencement of
AACE's Work hereunder. Client agrees that AACE's professional duties are specifically
limited to the Work as set forth in AACE's proposal. The Client assumes sole responsibility
for determining whether the quantity and the nature of the Work ordered by the Client is
adequate and sufficient for the Client's intended purpose. Client shall communicate these
General Conditions to each and every third party to whom the Client transmits any part of
AACE's Work. AACE's Work is for the exclusive use of Client, and its properly disclosed
principal. In no event shall RACE have any duty or obligation to any third party. The
ordering of Work from AACE shall constitute acceptance of the terms of AACE's proposal
and these General Conditions.
2 - Scheduling of Work: If AACE is required to delay commencement of the work, or if,
upon embarking on its work, AACE is required to stop, delay or otherwise interrupt the
progress of work as a result of changes in the scope of work requested by the client, to fulfill
the requirements of third parties, interruptions in the progress of construction, or other
causes beyond the exclusive reasonable control of AACE, additional charges will be
applicable and payable by the Client.
3 - Responsibility: AACE's work shall not include determining, supervising, or
implementing the means, methods, techniques, sequences or procedures of construction.
AACE shall not be responsible for evaluating, reporting or affecting job conditions
concerning health, safety or welfare. AACE's work or failure to perform same shall not in
any way excuse any contractor, subcontractor or supplier from performance of its work in
accordance with the contract documents.
4 - Payment: Payment shall be due within 30 days after date of invoice. Interest at the rate
of 18% per annum (or the highest rate allowable by law) from 30 days after date of invoice
to date payment is received will be added to all amounts not paid within 30 days after date
of invoice. All attorney fees and expenses associated with collection of past due invoices will
be paid by Client.
5 - Right -of -Entry: Unless otherwise agreed, Client will furnish right -of -entry on the
property for AACE to make the planned borings, surveys, and/or explorations. AACE will
take reasonable precautions to minimize damage to the property caused by its equipment
and sampling procedures, but the cost of restoration or damage which may result from the
planned operations is not included in the contracted amount. If Client desires to restore the
property to its former condition, AACE will accomplish this and add the cost to its fee.
6 - Damage to Existing Man-made Objects: It shall be the responsibility of the Owner
or his duly authorized representative to disclose the presence and accurate location of all
hidden or obscure man-made objects relative to field tests, sampling, or boring locations.
When cautioned, advised or given data in writing that reveal the presence or potential
presence of underground or overground obstructions, such as utilities, AACE will give
special instructions to its field personnel. As evidenced by your acceptance of this proposal,
Client agrees to defend, indemnify and save harmless AACE from all claims, suits, losses,
personal injuries, death and property liability resulting from subsurface conditions or
damages to subsurface structures or man made objects, owned by Client or third parties,
occurring in the performance of the proposed work, whose presence and exact locations
were not revealed to AACE in writing, whether such claims or damages are caused in whole
or in pan by AACE, and agree to reimburse AACE for expenses in connection with any
such claims or suits, including reasonable attorney's fees. Client's obligation to indemnify
is limited to $1 million per occurrence, which Client agrees bears a reasonable commercial
relationship to the Work undertaken by AACE. Client further agrees that these general
conditions are a part of the Work's specifications or bid documents, if any.
7 - Warranty and Limitation of Liability: AACE shall perform services for Client in a
professional manner, using that degree of care and skill ordinarily exercised by and consistent
with the standards of competent consultants practicing in the same or a similar locality as the
project. In the event any portion of the services fails to comply with this warranty obligation
and AACE is promptly notified in writing prior to one year after completion of such portion
of the services, AACE will re -perform such portion of the services, or if re -performance is
impracticable, AACE will refund the amount of compensation paid to AACE for such
portion of the services.
This warranty is in lieu of all other warranties. No other warranty, expressed or implied,
including warranties of merchantability and fitness for a particular purpose is made or
intended by the proposal for consulting services, by furnishing an oral response of the
findings made or by any representations made regarding the services included in this
agreement. In no event shall AACE be liable for any special, indirect, incidental, or
consequential loss or delay or time -related damages. The remedies set forth herein are
exclusive and the total liability of consultant whether in contract, tort (including negligence
whether sole or concurrent), or otherwise arising out of, connected with or resulting from
the services provided pursuant to this Agreement shall not exceed the total fees paid by
Client or $50,000.00, whichever is greater. Client may, upon written request received within
five days of Client's acceptance hereof, increase the limit of AACE's liability by agreeing to
pay AACE an additional sum as agreed in writing prior to the commencement of AACE's
services. This charge is not to be construed as being a charge for insurance of any type, but
is increased consideration for the greater liability involved.
For services involving or relating to pollution, it is further agreed that the Client shall
indemnify and hold harmless AACE and their consultants, agents and employees from and
against all claims, damages, losses and expenses, direct and indirect or consequential
damages, including but not limited to fees and charges of attorneys and court and
arbitration costs, arising out of or resulting from the performance of the work by AACE,
or claims against AACE arising from the work of others. This indemnification provision
extends to claims against AACE which arise out of, are related to, or are based upon, the
disposal, discharge, escape, release or saturation of vapors, fumes, acids, alkalis, toxic
chemicals, liquids, gases or any other material, irritant, contaminant or pollutant in or into
the atmosphere or on, onto, upon, in or into the surface or subsurface. Client's obligation
to indemnify is limited to $1 million per occurrence, which Client agrees bears a reasonable
commercial relationship to the Work undertaken by AACE. Client further agrees that
these general conditions are a part of the Work's specifications or bid documents, if any.
8 - Sampling or Testing Location: Unless specifically stated to the contrary, the fees
included in this proposal do not include costs associated with professional land surveying
of the site or the accurate horizontal and vertical locations of tests. Field tests or boring
locations described in our report or shown on our sketches are based on specific
information furnished to us by others or estimates made in the field by our technicians.
Such dimensions, depths or elevations should be considered as approximations unless
otherwise stated in the report.
9 - Sample Handling and Retention: Generally test samples or specimens are consumed
and/or substantially altered during the conduct of tests and AACE, at its sole discretion,
will dispose (subject to the following) of any remaining residue immediately upon
completion of test unless required in writing by the Client to store or otherwise handle the
samples. (a) NON HAZARDOUS SAMPLES: At Client's written request, AACE will
maintain preservable test samples and specimens or the residue therefrom for thirty (30)
days after submission of AACE's report to Client free of storage charges. After the initial
30 days and upon written request, AACE will retain test specimens or samples for a
mutually acceptable storage charge and period of time. (b) HAZARDOUS OR
POTENTIALLY HAZARDOUS SAMPLES: In the event that samples contain
substances or constituents hazardous or detrimental to human health, safety or the
environment as defined by federal, state or local statutes, regulations, or ordinances
("Hazardous Substances" and "Hazardous Constituents", respectively), AACE will, after
completion of testing and at Client's expense: (1) return such samples to Client; (ii) using
a manifest signed by Client as generator, will have such samples transported to a location
selected by Client for final disposal. Client agrees to pay all costs associated with the
storage, transport, and disposal of such samples. Client recognizes and agrees that AACE
is acting as a bailee and at no time does AACE assume title of said waste.
10 - Discovery of Unanticipated Hazardous Materials: Hazardous materials or certain
types of hazardous materials may exist at a site where there is no reason to believe they
could or should be present. AACE and Client agree that the discovery of unanticipated
hazardous materials constitutes a changed condition mandating a renegotiation of the
scope of work or termination of services. AACE and Client also agree that the discovery
of unanticipated hazardous materials may make it necessary for AACE to take immediate
measures to protect health and safety. AACE agrees to notify Client as soon as practicable
should unanticipated hazardous materials or suspected hazardous materials be encountered.
Client encourages AACE to take any and all measures that, in AACE's professional
opinion, are justified to preserve and protect the health and safety of AACE's personnel
and the public. Client agrees to compensate AACE for the additional cost of working to
protect employees' and the public's health and safety. In addition, Client waives any claim
against AACE, and agrees to defend, indemnify and save AACE harmless from any claim
or liability for injury or loss arising from AACE's discovery of unanticipated hazardous
materials or suspected hazardous materials. Client also agrees to compensate AACE for
any time spent and expenses incurred by AACE in defense of any such claim, with such
compensation to be based upon AACE's prevailing fee schedule and expense
reimbursement policy relative to recovery of direct project costs.
11- Joint and Several Liability: The concept of joint and several liability is basically this:
When two or more parties are considered responsible for causing injury or damage, any one
of the parties may be made to provide compensation for as much as 100% of the damages
assessed. When applied to hazardous materials projects, it is possible that the concept of
joint and several liability could be construed to make AACE partly or wholly responsible
for damages created directly or indirectly by the hazardous materials. Client agrees that it
would be unfair for AACE to be exposed to such an action, because AACE had nothing
whatsoever to do with the creation of the hazardous condition. Accordingly, Client waives
any claim against AACE, and agrees to defend, indemnify and save AACE harmless from
any claim or liability for injury or loss arising from application of a joint and several liability
concept that would, in any manner, hold or seek to hold AACE responsible for creating
a hazardous condition or permitting one to exist. Client also agrees to compensate AACE
for any time spent and expenses incurred by AACE in defense of any such claim, with such
compensation to be based upon AACE's prevailing fee schedule and expense
reimbursement policy relative to recovery of direct project costs.
12 - Legal Jurisdiction: The parties agree that any actions brought to enforce any
provision of this Agreement shall only be brought in a court of competent jurisdiction
located in St. Lucie County, Florida. All causes of action arising out of AACE's Work shall
be deemed to have accrued and the applicable statutes of limitation shall commence to run
not later than either the date of substantial completion of the Work for acts or failures to
act occurring prior to substantial completion, or the date of issuance of final payment for
acts or failures to act occurring after substantial completion of the Work.
13 - Force Majeure: AACE shall not be held responsible for any delay or failure in
performance of any part of this Agreement to the extent such delay or failure is caused by
fire, flood, explosion, war, strike, embargo, government requirement, civil or military
authority, acts of God, act or omission of subcontractors, carriers, client or other similar
causes beyond its control.
ATTACHMENT C
PROJECT SCHEDULE
Geosyntec Consultants
Site Preparation for Cell 3 of Segment 3 Expansion
Indian River County Landfill
Solid Waste Disposal District
Vero Beach, Florida
ID Task Name
Duration Start October 2022November 2(December 20January 202_YFebruary_20March 2023 !April 2023 May 2023
1
Phase 1: Site Preparation for Cell 3 of Segment 3 Expansion
103 days? Wed 11/23/22
2
General Consulting/Meeting Support/Project Management
103 days Wed 11/23/22
3
Preparation of Construction Documents
35 days? Mon 11/28/22
4
Contractor Procurement Services
12 days? Mon 1/16/23
5
Construction -Phase Support Services
50 days? Mon 2/6/23
6
Abandonment and Installation of Monitoring Wells
2 days? Mon 1/9/23
Geosyntec Consultants
ATTACHMENT D
DETAILED BUDGET ESTIMATE
Table 1
BUDGET ESTIMATE
PHASE 1 - SITE PREPARATION FOR CELL 3 CONSTRUCTION
CLASS I LANDFILL - SEGMENT 3 EXPANSION
INDIAN RIVER COUNTY, FLORIDA
PHASE 1: PROJECT MANAGEMENT/MEETINGS
ITEM
BASIS
RATE
QUANTITY
ESTIMATED
COST
A. Professional Services
a. Senior Principal
Hr
$260.00
34
$8,840.00
b. Principal
Hr
$245.00
0
$0.00
c. Senior Professional
Hr
$225.00
0
$0.00
d. Project Professional
Hr
$203.00
0
$0.00
e. Professional
Hr
$176.00
40
$7,040.00
f. Senior Staff Professional
Hr
$154.00
0
$0.00
g. Staff Professional
Hr
$132.00
0
$0.00
Subtotal Professional Services
$15,880.00
B. Technical/Administrative Services
a. Senior Designer
Hr
$165.00
6
$990.00
b. Designer
Hr
$143.00
0
$0.00
c. Senior Drafter/Senior CADD Operator
Hr
$126.00
0
$0.00
d. Project Administrator
Hr
1 $71.00 1
12
S852.00
e. Clerical
Hr
1 $55.00 1
4
5220.00
Subtotal Technical/Administrative Services
$2,062.00
C. Reimbursables
a. Lodging
Da
$150.00
2
$300.00
b. Per Diem
Da
$55.00
2
$110.00
c. Communications Fee
3% Labor
$0.03
$17,942
$538.26
d. CADD Computer System
Hr
$15.00
6
$90.00
e. Vehicle Rental & Fuel
Da
$150.00
3
$450.00
f. 8"x11" Photocopies
Each
$0.12
100
$12.00
g.CADD Drawings
Each
$3.00
20
$60.00
Subtotal Reimbursables
$1,560.26
TOTAL ESTIMATED BUDGET: PHASE 01
$19,502.26
Table 2
BUDGET ESTIMATE
PHASE 1 - SITE PREPARATION FOR CELL 3 CONSTRUCTION
CLASS I LANDFILL - SEGMENT 3 EXPANSION
INDIAN RIVER COUNTY, FLORIDA
PHASE 2: PREPARATION OF CONSTRUCTION DOCUMENTS
ITEM
BASIS
RATE
QUANTITY
ESTIMATED
COST
A. Professional Services
a.
Senior Principal
Hr
$260.00
16
$4,160.00
b.
Principal
Hr
$245.00
0
$0.00
c.
Senior Professional
Hr
$225.00
16
$3,600.00
d.
Project Professional
Hr
$203.00
0
$0.00
e.
Professional
Hr
$176.00
42
$7,392.00
f.
Senior Staff Professional
Hr
$154.00
30
$4,620.00
g.
Staff Professional
Hr
$132.00
0
$0.00
Subtotal Professional
$19,772.00
B. Technical/Administrative Services
a.
Senior Designer
Hr
$119.39
76
$9,073.64
b.
Designer
Hr
$117.10
0
$0.00
c.
Senior Drafter/Senior CADD Operator
Hr
$81.39
0
$0.00
d.
Project Administrator
Hr
$83.08
0
$0.00
e.
Clerical
Hr
$49.96
0
$0.00
Subtotal Tech nical/Adminis
$9,073.64
C. Reimbursables
a.
Lodging
Da
$100.00
0
$0.00
b.
Per Diem
Da
$55.00
0
$0.00
c.
Communications Fee
3% Labor
$0.03
$28,846
$865.38
d.
CADD Computer System
Hr
$15.00
76
$1,140.00
e. Vehicle Rental & Fuel
Da
$150.00
0
$0.00
f.
8"x11" Photocopies
Each
$0.12
400
$48.00
g.
CADD Drawings
Each
$3.00
200
$600.00
Subtotal Reimbur
$2,653.38
TOTAL ESTIMATED BUDGET: PHASE 02
$31,499.02
Table 3
BUDGET ESTIMATE
PHASE 1 - SITE PREPARATION FOR CELL 3 CONSTRUCTION
CLASS I LANDFILL - SEGMENT 3 EXPANSION
INDIAN RIVER COUNTY, FLORIDA
PHASE 3: CONTRACTOR PROCUREMENT
ITEM
BASIS
RATE
QUANTITY
ESTIMATED
COST
A. Professional Services
a. Senior Principal
Hr
$260.00
16
$4,160.00
b. Principal
Hr
$245.00
0
$0.00
c. Senior Professional
Hr
$225.00
16
$3,600.00
d. Project Professional
Hr
$203.00
0
$0.00
e. Professional
Hr
$176.00
48
$8,448.00
f. Senior Staff Professional
Hr
$154.00
0
$0.00
g. Staff Professional
Hr
$132.00
12
$1,584.00
Subtotal Professional Services
$17,792.00
B. Technical/Administrative Services
a. Senior Designer
Hr
$119.39
24
$2,865.36
b. Designer
Hr
$117.10
0
$0.00
c. Senior Drafter/Senior CADD Operator
Hr
$81.39
0
$0.00
d. Project Administrator
Hr
$83.08
0
$0.00
e. Clerical
Hr
$49.96
8
$399.68
Subtotal Technical/Administrative Services
$3,265.04
C. Reimbursables
a. Vehicle Rental & Fuel
Da
$150.00
2
$300.00
b. Per Diem
Da
$55.00
2
$110.00
c. Communications Fee
3% Labor
$0.03
$21,057
$631.71
d. CADD Computer System
Hr
$15.00
24
$360.00
e. 8"x11" Photocopies
Each
$0.12
0
$0.00
f. CADD Drawings
Each
$3.00
0
$0.00
Subtotal Reimbursables
$1,401.71
TOTAL ESTIMATED BUDGET: PHASE 03
$22,458.75
Table 4
BUDGET ESTIMATE
PHASE 1 - SITE PREPARATION FOR CELL 1 CONSTRUCTION
CLASS I LANDFILL - SEGMENT 3 EXPANSION
INDIAN RIVER COUNTY, FLORIDA
PHASE 4: CONSTRUCTION -PHASE SERVICES
ITEM
BASIS
RATE
QUANTITY
ESTIMATED
BUDGET
A. Professional Services
a.
Senior Principal
hr
$260.00
14
$3,640.00
b.
Principal
hr
$245.00
0
$0.00
c. Senior Professional
hr
$225.00
16
$3,600.00
d.
Project Professional
hr
$203.00
0
$0.00
e.
Professional
hr
$176.00
54
$9,504.00
f.
Senior Staff Professional
hr
$154.00
0
$0.00
g.
Staff Professional
hr
$132.00
142
$18,744.00
Subtotal Professional Services
$35,488.00
B. Technical/Administrative Services
a.
Construction Manager
hr
$132.00
0
$0.00
b.
Site Manager
hr
$110.00
0
$0.00
c.
Senior Technician
hr
$88.00
0
$0.00
d.
Senior Designer
hr
$165.00
8
$1,320.00
e.
Designer
hr
$143.00
0
$0.00
f.
Senior Drafter/CADD Operator
hr
$126.00
0
$0.00
g.
Project Administrator
hr
$71.00
0
$0.00
h.
Clerical
hr
$55.00
8
$440.00
Subtotal Technical/Administrative Services
$1,760.00
C. Reimbursables
a.
Lodging
da
$150.00
15
$2,250.00
b.
Per Diem
da
$55.00
15
$825.00
c.
Communications Fee
3% labor
$0.03
$37,248
$1,117.44
d.
CADD Computer System
hr
$15.00
8
$120.00
e.
Geotechnical Lab Testing
est
$1,500.00
1.10
$1,650.00
f.
Geos nthetics Lab Testing
est
$7,500.00
0
$0.00
g.
Surveyor
est
$31,500.00
1.10
$34,650.00
h.
Vehicle Rental & Fuel
da
$150.00
15
$2,250.00
i.
Computer , Data Collectors, Camera
week
$25.00
15
$375.00
Nuclear Density Gauge
week
$125.00
15
$1,875.00
k.
Consumables
week
$75.00
15
$1,125.00
I.
8.5'x11" Photocopies
each
$0.12
600
$72.00
m.
CADD Photocopies
each
$3.00
50
$150.00
Subtotal Reimbursables
$46,459.44
TOTAL ESTIMATED BUDGET: PHASE 04
$83,707.44
Table 5
BUDGET ESTIMATE
PHASE 1 - SITE PREPARATION FOR CELL 3 CONSTRUCTION
CLASS I LANDFILL - SEGMENT 3 EXPANSION
INDIAN RIVER COUNTY, FLORIDA
PHASE 5: ABANDONMENT OF WELLS
ITEM
BASIS
RATE
QUANTITY
ESTIMATED
BUDGET
A. Professional Services
a.
Senior Principal
hr
$260.00
2
$520.00
b.
Principal
hr
$245.00
0
$0.00
c.
Senior Professional
hr
$225.00
0
$0.00
d.
Project Professional
hr
$203.00
0
$0.00
e.
Professional
hr
$176.00
20
$3,520.00
f.
Senior Staff Professional
hr
$154.00
0
$0.00
g.
Staff Professional
hr
$132.00
0
$0.00
Subtotal Professional Services
$4,040.00
B. Technical/Administrative Services
a.
Construction Manager
hr
$132.00
0
$0.00
b.
Site Manager
hr
$110.00
0
$0.00
c.
Senior Technician
hr
$88.00
0
$0.00
d.
Senior Designer
hr
$165.00
0
$0.00
e.
Designer
hr
$143.00
0
$0.00
f.
Senior Drafter/CADD Operator
hr
$126.00
0
$0.00
g.
Project Administrator
hr
$71.00
8
$568.00
h.
Clerical
hr
$55.00
0
$0.00
Subtotal Technical/Administrative Services
$568.00
C. Reimbursables
a.
Lodging
da
$150.00
1.00
$150.00
b.
Per Diem
day
$55.00
1.00
$55.00
c.
Communications Fee
3% labor
$0.03
$4,608
$138.24
d.
CADD Computer System
hr
$15.00
0
$0.00
e.
Drilling Subcontractor
est
$8,100.00
1.10
$8,910.00
f.
Vehicle Rental & Fuel
da
$150.00
1.10
$165.00
g.
Consumables
week
$75.00
1.00
$75.00
h.
8.5'x11" Photocopies
each
$0.12
50
$6.00
i.
CADD Photocopies
each
$3.00
10
$30.00
Subtotal Reimbursables
$9,529.24
TOTAL ESTIMATED BUDGET: PHASE 05
$14,137.24