HomeMy WebLinkAbout2023-067IRC LANDFILL WORK ORDER NUMBER 1
Phase 2 - Construction Of Cell 3 Segment 3 Expansion
This Indian River County (IRC) Landfill Work Order Number 1 is entered into as of this 4th day of
April 2022 in accordance with FS 287.055, Consultant's Competitive Negotiation Act per the Request for
Qualification #2023031for Engineering Consulting Services for Landfill Closure, Landfill Gas System Expansion,
and Cell Construction, dated April 4, 2023 (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), 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 Section 1 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:
Geosyntec Consultants c.
e`er'
By: /
Print Name: rl la-* �
•oninarss�•
BOARD OF COUNTY COMMISSIONERS,tG "' " �''✓F`"'••
OF INDIAN RIVER COUNTY
By: C�*�
seph rman , Chairrtvi.
49� R�1'ER CO�%�A
/jBCC Approved Date: April 4, 2023
Title: a(!%s,nlU�L/��tz�`'rel�tfP�aY
Attest: Jeffrey R. Smith, Clerk of Court and Comptroller
r
Approved:
Mich C. Zito, Interim County Administrator
Approved as to form and legal sufficiency:
ZqlAn Reingold, County Attorney
EXHIBIT A
PROFESSIONAL SERVICES
Geosynlecl-"
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
Pt[ 904.8584.1818
www.geosyntec.com
28 March 2023
Subject: Proposal to Provide Engineering Services for Construction Contract Procurement
Phase 2 — Construction of Cell 3 of Segment 3 Expansion
Indian River County Class I Landfill
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) for the provision of engineering support services
for construction contract procurement related to Phase 2 construction of Cell 3 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 for the preparation of construction and contract documents,
development of engineer's construction cost estimate, and contractor procurement assistance.
The proposal was prepared in response to a 28 March 2023 request from Mr. Himanshu Mehta
P.E., Managing Director of SWDD, during a telephone conversation with Dr. Kwasi Badu-
Tweneboah, P.E. of Geosyntec. Geosyntec has prepared this proposal as Exhibit A of Work
Order No. 1 for the Agreement for Engineering Consulting Services for Landfill Closure,
Landfill Gas System Expansion, and Cell Construction dated 4 April 2023 (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 presents: (i) project background; (ii) proposed scope of work;
(iii) schedule; and (iv) budget estimate.
NCP2323092UL23017 Cell 3 Liner Contractor Procurement
engineers I scientists i innovators
Mr. Himanshu Mehta, P. E.
28 March 2023
Page 2
PROJECT BACKGROUND
The IRCL facility is located in southern Indian River County, cast 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 consists 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.
• Phase 2: Construction of the Cell 3 liner and leachate control systems to be performed by a
contractor selected through a separate procurement process.
On 22 November 2023, the SWDD Board authorized Geosyntec to prepare the construction and
contract documents, and contractor procurement support, construction management (CM), and
construction quality assurance (CQA) services during the placement and compaction of the fill
material for the subgrade for Phase 1 of Cell 3 construction. The request for bids from
contractors is scheduled to be advertised by the County by 30 March 2023 with a bid opening
date of 5 May 2023.
This proposal addresses the engineering and support services required to procure a construction
contract for Phase 2 of the Project, including preparation of construction documents, engineer's
construction cost estimate, and contractor procurement assistance. Geosyntec understands that
following the preparation of the construction bid documents and cost estimate, SWDD Staff
intends to request SWDD's Board authorization to commence the bidding process for the project.
PROPOSED SCOPE OF WORK
This project includes professional engineering and support services that will be performed for the
procurement of a construction contract for the approximately10.5-acre Cell 3 of Segment 3 of the
NCP2323092UL23017 Cell 3 Liner Contractor Procurement
- � tiCi('I11 ;yip ( IISl1r rA�tlti;-�
Mr. Himanshu Mehta, P. E.
28 March 2023
Page 3
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 for the procurement of the
construction contract. For budgeting purposes, the scope of work has been divided into four (4)
phases, as presented below.
• Phase 1 — General Consulting/Meeting Support/Project Management;
• Phase 2 — Review of Background Documents;
• Phase 3 — Preparation of Construction Documents; and
• Phase 4 — Contractor Procurement Support Services.
Each of these phases is briefly described below.
Phase 1— General Consulting/Meeting Support/Project Management
Phase I 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. We suggest that this meeting be attended by
Republic so that their input on Cell 3 construction can be provided. 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.
Project management activities will include: budget and schedule tracking, invoice review, and
project comnnlnications, 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.
NCP2323092UL23017 Cell 3 Liner Contractor Procurement
I tit will!�t'. I iililrnatO:.
Mr. Himanshu Mehta, P. E.
28 March 2023
Page 4
For the purpose of this budget estimate, Geosyntec has included four meetings: (i) one kickoff
meeting with SWDD (and Republic, if possible); (ii) one meeting with the SWDD Board, if
requested by SWDD; (iii) one progress review meeting with SWDD; and (iv) one final review
meeting with SWDD to present the Construction Documents and the construction cost estimate.
Additional meetings are addressed in the remaining phases of this proposal.
Phase 2 — Review of Background Documents
Geosyntec designed and permitted the Segment 3 lateral expansion in 2010 and followed up with
the construction documents, contractor procurement support, and construction certification
services for the 11 -acre Cell 1 from 2012 to 2013. The original Segment 3 liner and leachate
control system design utilized sideslope risers and submersible pumps to convey leachate from
the leachate collection system (LCS) and leak detection system (LDS) pumps via force main to
leachate treatment and disposal facility. In January 2018, CDM Smith, retained by SWDD,
submitted a permit modification application to FDEP to include a gravity LCS and LDS that
conveys leachate to a new pump station located north of the Class I Landfill. This permit
modification application was approved by FDEP, and Cell 2 was constructed with this gravity
LCS and LDS systems with liner penetrations to the pump station. It is also understood that the
new pump station was designed and constructed to handle the combined leachate from Cells 2, 3,
and 4 of Segment 3.
Therefore, under this phase Geosyntec will review the following documents and drawings for the
preparation of Cell 3 liner construction:
• "Application for an Intermediate Permit Modification for a Class Landfill Permit Nos.
0128769 -022 -SC & 0128769 -023 -SO, Indian River County Landfill, Indian River
County, Florida", prepared by CDM Smith, dated January 26, 2018;
• Construction Drawings for Segment 3 Cell 2 Expansion, Segment 2 Partial Closure, and
Landfill Gas System Expansion, dated January 2018;
• As -built Survey Drawings for Cell 2 construction including new leachate force main and
pump station, Octoberl6, 2019; and
• "Subsurface Soil Exploration and Geotechnical Engineering Evaluation, Proposed
Segment No. 3 Cell 3, Indian River County Class Landfill, Indian River County,
Florida", prepared by Andersen Andre Consulting Engineers, Inc., dated January 25,
2023.
NCP2323092UL23017 Cell 3 Liner Contractor Procurement
engineers I scientists I innovators
Mr. Himanshu Mehta, P. E.
28 March 2023
Page 5
Geosyntec will review these documents and any others provided by SWDD during the kick-off
meeting to prepare the construction documents for Cell 3.
Phase 3 - Preparation of Construction Documents
Geosyntec will prepare the construction documents (drawings, technical specifications, material
quantities, and CQA Plan) required to procure a contractor for Phase 2 construction of Cell 3 of
Segment 3 Expansion. Construction drawings will be prepared utilizing the Permit Modification
Drawings prepared by CDM Smith (and any applicable Permit Drawings initially prepared by
Geosyntec) and will include control points along changes in grade, and other critical locations,
including 50 -ft grid intervals, to facilitate construction and certification of the Project.
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.
Also under this phase, 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 such catalogues as R.S. Means, information provided by product manufacturers, and
Geosyntec's professional judgment and experience with similar expansion and liner system
installation projects.
Geosyntec will also prepare a construction schedule based on Geosyntec's understanding of the
project and experience with similar landfill construction projects.
Phase 4 — Contractor Procurement Services
Under this phase, Geosyntec will prepare construction documents for procuring a construction
contractor for Phase 2 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 bid preparation process; evaluating
bids; and preparing a recommendation to SWDD of the preferred bid for Phase 2 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 where it will be available for
downloading by candidate contractors wishing to respond to the RFB. Geosyntec will provide
NCP2323092UL23017 Cell 3 Liner Contractor Procurement
engineers I scientists i innovators
Mr. Himanshu Mehta, P. E.
28 March 2023
Page 6
the County's Purchasing Division a complete package of the RFB for uploading onto the
Demandstar website. SWDD will provide the front-end documents prepared for Phase 1 to be
modified by Geosyntec for incorporation into the RFB package.
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 2 of the Project.
SCHEDULE
Geosyntec has prepared a schedule for construction contract procurement of the Segment 3
Expansion, which is included as Exhibit B. The schedule, as presented, assumes a start date of 4
April 2023. The first two months will be used to complete the Phase 3 Construction Drawings and
other Construction Documents described above. Geosyntec assumes that the bid package will be
completed and ready for posting by 15 June 2023. Geosyntec has assumed that the procurement
phase including obtaining Board authorization will extend over a period of two to three months
leading to the selection of the construction contractor by 15 October 2023.
Geosyntec recognizes the importance of the schedule for SWDD and their need to obtain the
required disposal capacity from Cell 3 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
Geosyntec proposes to perform the above -referenced work on a lump sum basis for $139,129.70. A
budget estimate for the scope of work outlined in Phases 1 through 4 of this proposal is summarized
in the following table, and a detailed budget estimate is provided as Exhibit C.
Phase 1: General Consulting/Meeting Support/Project Management $31,027.98
Phase 2: Review of Background Documents $22,898.44
Phase 3: Preparation of Construction Documents $56,928.16
Phase 4: Contractor Procurement Services $28,275.12
TOTAL $139,129.70
NCP23230921iL23017 Ce113 Liner Contractor Procurement
engnuee i -s i scientists 1 innovators
Mr. Himanshu Mehta, P. E.
28 March 2023
Page 7
Geosyntec will invoice SWDD each month of the project on a lump sum, percent complete basis
in accordance with our Agreement. Additional services or any significant change in the scope of
work will be performed using the Rate Schedule included in our Agreement. 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
NCP2323092UL23017 Cell 3 Liner Contractor Procurement
engineers I scientists i innovators
EXHIBIT B
PROJECT SCHEDULE
ID Task Name
1 SWDD Work Authorization
2 Project Kick-off
3 Prepare Bid Documents
4 Prepare Requests for Bids Package
5 Advertisement
6
7
8
9
10
11
12
Cell 3 of Segment 3 Expansion - Phase 2 Construction
Indian River County Landfill
Vero Beach, Florida
Duration Start Finish r 2nd Quarter 3rd Quarter 4th Quarter
Mar Apr May Jun Jul Aug Sep Oct Nov Dec
0 days Tue 4/4/23 Tue 4/4/23 * 4/4
0 days Wed 4/5/23 Wed 4/5/23 4)4/5
40 days Mon 4/10/23 Fri 6/2/23
9 days Mon 6/5/23 Thu 6/15/23
1 day Thu 6/15/23 Thu 6/15/23
1 d W d 7/5/23 W d 7/5/23
Mandatory Pre -Bid Meeting
ay
e
e
Bids Preparation
25 days
Thu 7/6/23
Wed 8/9/23
Bids Review and Preparation of Agenda Package
16 days
Thu 8/10/23
Thu 8/31/23
Procurement
17 days
Tue 9/19/23
Wed 10/11/23
SWDD Board Meeting and Contractor Selection
1 day
Tue 9/19/23
Tue 9/19/23
Selected Contractor Satisfies Contract Requirements
15 days
Wed 9/20/23
Tue 10/10/23
Chairman Executes Constructions Contract
1 day
Wed 10/11/23 Wed 10/11/23
Task
Milestone ♦
Summary
EXHIBIT C
DETAILED BUDGET ESTIMATE
Table 1
BUDGET ESTIMATE
PHASE 2 - CELL 3 LINER CONSTRUCTION CONTRACTOR PROCUREMENT
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
$294.00
30
$8,820.00
b. Principal
Hr
$274.00
0
$0.00
c. Senior Professional
Hr
$254.00
24
$6,096.00
d. Project Professional
Hr
$224.00
0
$0.00
e. Professional
Hr
$198.00
0
$0.00
f. Senior Staff Professional
Hr
$178.00
60
$10,680.00
g. Staff Professional
Hr
$154.00
0
50.00
Subtotal Professional Services
$25,596.00
B. Technical/Administrative Services
a. Senior Designer
Hr
$190.00
4
S760.00
b. Designer
Hr
$160.00
0
$0.00
c. Senior Drafter/Senior CADD Operator
Hr
$145.00
0
$0.00
d. Project Administrator
Hr
$85.00
12
$1,020.00
e. Clerical
Hr
$65.00
6
$390.00
Subtotal Technical/Administrative Services
$2,170.00
C. Reimbursables
a. Lodging
Da
$150.00
8
$1,200.00
b. Per Diem
Da
$55.00
8
S440.00
c. Communications Fee
3% Labor
$0.03
$27,766
$832.98
d. CADD Computer System
Hr
$15.00
4
$60.00
e. Vehicle Rental & Fuel
Da
$150.00
4
$600.00
f. 8"x11" Photocopies
Each
$0.09
100
$9.00
9.CADD Drawin s
Each
$3.00
40
$120.00
Subtotal Reimbursables
$3,261.98
TOTAL ESTIMATED BUDGET: PHASE 01
$31,027.98
Table 2
BUDGET ESTIMATE
PHASE 2 - CELL 3 LINER CONSTRUCTION CONTRACTOR PROCUREMENT
CLASS I LANDFILL - SEGMENT 3 EXPANSION
INDIAN RIVER COUNTY, FLORIDA
PHASE 2: REVIEW OF BACKGROUND DOCUMENTS
ITEM
BASIS
RATE
QUANTITY
ESTIMATED
COST
A. Professional Services
a. Senior Principal
Hr
$294.00
12
$3,528.00
b. Principal
Hr
$274.00
0
$0.00
c. Senior Professional
Hr
$254.00
16
$4,064.00
d. Project Professional
Hr
$224.00
0
$0.00
e. Professional
Hr
$198.00
0
$0.00
f. Senior Staff Professional
Hr
$178.00
42
$7,476.00
g. Staff Professional
Hr
$154.00
0
$0.00
Subtotal Professional
$15,068.00
B. Technical/Administrative Services
a. Senior Designer
Hr
$190.00
32
$6,080.00
b. Designer
Hr
$160.00
0
$0.00
c. Senior Drafter/Senior CADD Operator Hr
$145.00
0
$0.00
d. Project Administrator
Hr
$85.00
0
$0.00
e. Clerical
Hr --F
$65.00
0
$0.00
Subtotal Technical/Adminis
$6,080.00
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
$21,148
$634.44
d. CADD Computer System
Hr
$15.00
32
$480.00
e. Vehicle Rental & Fuel
Da
$150.00
0
$0.00
f. 8"x11" Photocopies
Each
$0.09
400
$36.00
g. CADD Drawings
Each
$3.00
200
$600.00
Subtotal Reimburd
$1,750.44
TOTAL ESTIMATED BUDGET: PHASE 02
$22,L9 8.44
Table 3
BUDGET ESTIMATE
PHASE 2 - CELL 3 LINER CONSTRUCTION CONTRACTOR PROCUREMENT
CLASS I LANDFILL - SEGMENT 3 EXPANSION
INDIAN RIVER COUNTY, FLORIDA
PHASE 3: PREPARATION OF CONSTRUCTION DOCUMENTS
ITEM
BASIS
RATE
QUANTITY
ESTIMATED
COST
A. Professional Services
a. Senior Principal
Hr
$294.00
22
$6,468.00
b. Principal
Hr
$274.00
0
$0.00
c. Senior Professional
Hr
$254.00
28
$7,112.00
d. Project Professional
Hr
$224.00
0
$0.00
e. Professional
Hr
$198.00
0
$0.00
f. Senior Staff Professional
Hr
$178.00
26
$4,628.00
g. Staff Professional
Hr
$154.00
56
$8,624.00
Subtotal Professional
$26,832.00
B. Technical/Administrative Services
a. Senior Designer
Hr
$190.00
136
$25,840.00
b. Designer
Hr
$160.00
0
$0.00
c. Senior Drafter/Senior CADD Operator Hr
$145.00
0
$0.00
d. Project Administrator
Hr
$85.00
0
$0.00
e. Clerical
Hr
$65.00
0
$0.00
Subtotal Tech nical/Adminis!
$25,840.00
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
$52,672
$1,580.16
d. CADD Computer System
Hr
$15.00
136
$2,040.00
e. Vehicle Rental & Fuel
Da
$150.00
0
$0.00
f. 8"x11" Photocopies
Each
$0.09
400
$36.00
g.CADD Drawings
Each
$3.00
200
$600.00
Subtotal ReimburE
$4,256.16
TOTAL ESTIMATED BUDGET: PHASE 02
$56 928.16
Table 4
BUDGET ESTIMATE
PHASE 2 - CELL 3 LINER CONSTRUCTION CONTRACTOR PROCUREMENT
CLASS I LANDFILL - SEGMENT 3 EXPANSION
INDIAN RIVER COUNTY, FLORIDA
PHASE 4: CONTRACTOR PROCUREMENT
ITEM
BASIS
RATE
QUANTITY
ESTIMATED
COST
A. Professional Services
a. Senior Principal
Hr
$294.00
26
$7,644.00
b. Principal
Hr
$274.00
0
$0.00
c. Senior Professional
Hr
$254.00
20
$5,080.00
d. Project Professional
Hr
$224.00
0
$0.00
e. Professional
Hr
$198.00
0
$0.00
f. Senior Staff Professional
Hr
$178.00
50
$8,900.00
g. Staff Professional
T Hr
$154.00
0
$0.00
Subtotal Professional Services
$21,624.00
B. Technical/Administrative Services
a. Senior Designer
Hr
$190.00
24
$4,560.00
b. Designer
Hr
$160.00
0
$0.00
c. Senior Drafter/Senior CADD Operator
Hr
$145.00
0
$0.00
d. Project Administrator
Hr
$85.00
0
$0.00
e. Clerical
Hr
$65.00
8
$520.00
Subtotal Technical/Administrative Services
$5,080.00
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
$26,704
$801.12
d. CADD Computer System
Hr
$15.00
24
$360.00
e. 8"x11" Photocopies
Each
$0.09
0
$0.00
f. CADD Drawings
Each
$3.00
0
$0.00
Subtotal Reimbursables
$1,571.12
TOTAL ESTIMATED BUDGET: PHASE 03
_$28,275.12