HomeMy WebLinkAbout2024-046AMENDMENT _i_ TO WORK ORDER _i_
Phase 2 - Construction of Cell Segment 3 Expansion
This Amendment _i_ to Work Order Number _i_ is entered into as of this 20 day of Fetn4gry ,
202/A, pursuant to that certain Continuing Contract Agreement, dated April 4, 2023 ("Agreement"),
by and between INDIAN RIVER COUNTY, a political subdivision of the State of Florida
("COUNTY") and _Geosyntec Consultants, Inc. ("Consultant").
1. The COUNTY has selected the Consultant to perform the professional services set forth in existing
Work Order Number _1 , Effective Date April 4, 2023.
2. The COUNTY and the Consultant desire to amend this Work Order as set forth on Exhibit A
(Scope of Work) attached to this Amendment 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), and 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.
3. From and after the Effective Date of this Amendment, the above -referenced Work Order is
amended as set forth in this Amendment. 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 Amendment 1 to Work Order 1 as of
the date first written above.
•�ontiM�sS�o..
•�y' ^�F9
CONSULTANT: BOARD OF COUNTY COr�YV�,FBSi
OF IN R COU
By: By:
san A ms, Chairman ro�'
Print Name: Todd fka
Title: Vice President BCC Approved Date: FeJxualy 20 2024 ER CO
Attest: Ryan L. Butler, Clerk of Court and
Comptroller
By:
De uty Clerk
Approved: "W/4WX"/
John A. Tit nich, Ji., tounty Adm' strator
=ountcy
iency:
K. Keit Attorney
EXHIBIT I
PROFESSIONAL SERVICES
Geosyntecl�'
consultants
Mr. Himanshu Mehta, P.E.
Managing Director
Solid Waste Disposal District
Indian River County
1325 74th Avenue SW
Vero Beach, Florida 32968
1507 20th Street, Suite 201
Vero Beach, Florida 32960
PH 772.564.8717
Fax 772.564.8719
www.geosyntec.com
2 February 2024
Subject: Proposal to Provide Engineering and Construction Support Services
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) to provide engineering and construction support
services 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 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. 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.
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 active 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, C ell 1, directly east of and on
top of the east slope of Segment 2, was constructed in 2013. Segment 3, Cell 2 was constructed
NCP2323534UL23075 Proposal for Engineering and Construction Services kbtreview.doc
engineers I scientists I innovators
Mr. Himanshu Mehta, P. E.
2 February 2024
Page 2
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) 2024
and has therefore recommended that SWDD considers construction of Cell 3 during CY 2023-
2024. Phase 1 construction of Cell 3 of the Segment 3 Expansion started in July 2023 and is
estimated to be completed by February 2024. 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 3
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.
This proposal addresses the engineering and construction support services required to complete
the construction work for Phase 2 of the Project, and includes construction management (CM),
quality assurance/quality control (QA/QC) 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 & 2 construction.
PROPOSED SCOPE OF WORK
This proposal covers professional engineering and construction support services required to
complete the construction of the Phase 2 of Cell 3 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:
• Phase 1 — General Consulting/Meeting Support/Project Management;
• Phase 2 — Preparation of Issued for Construction (IFC) Documents;
• Phase 3 — QA/QC Services;
• Phase 4 — Construction Management;
• Phase 5 — Resident Engineering and Certification Services;
• Phase 6 — Installation of Groundwater Monitoring Wells;
• Phase 7 — Financial Assurance; and
• Phase 8 — Miscellaneous Engineering Support Services.
Each of these phases is briefly described below.
NCP2323543UL23075 Proposal for Engineering and Construction Smices kbtreview.doc
engineers I scientists I innovators
Mr. Himanshu Mehta, P. E.
2 February 2024
Page 3
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.
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 three meetings: (i) one kickoff
meeting with SWDD; (ii) one meeting with the SWDD Board, if requested by SWDD;; and (iii)
one meeting with SWDD at the completion of Phase 2 of the project. Additional meetings are
addressed in the remaining phases of this proposal.
Phase 2: Preparation of IFC Documents
During the bidding process several addenda were issued in response to bidders' questions. The
addenda included revisions to the Issued -for Bid (IFB) documents. Geosyntec will update all
the construction documents to incorporate the applicable addenda and complete IFC Documents
for the selected contractor. The documents affected include Construction Drawings, Technical
Specifications, and CQA Plan. A PE sealed and signed copy of the IFC Documents will be
submitted to FDEP Tallahassee as part of notification of Cell 3 Phase 2 construction. Copies
will also be distributed to the selected contractor, SWDD and Republic.
NCP2323543\JL23075 Proposal for Engineering and Constniction services kbtreview.doc
engineers I scientists I innovators
Mr. Himanshu Mehta, P. E.
2 February 2024
Page 4
Phase 3: QA/QC Services
Geosyntec will provide 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 four components, including:
• field monitoring QA/QC services;
• geotechnical CQA laboratory services;
• geosynthetic CQA laboratory services; and
• surveying CQA 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 Construction Drawings, 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 QA/QC activities at the site.
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. Geosyntec proposes to use Excel Geotechnical Testing Laboratory (Excel) of
Roswell, Georgia to perform the required soils conformance and performance tests in accordance
with the test methods described in the Technical Specifications and CQA Plan. A copy of
NCP2323543UL23075 Proposal for Eneineeriniand Construction Services kbtreview.doc
engineers I scientists I innovators
Mr..Himanshu Mehta, P. E.
2 February 2024
Page 5
Excel's fee schedule is included in Attachment A. 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 proposes to use TRI
Environmental (TRI) of Austin, Texas to perform the required geosynthetics testing. Geosyntec
will be responsible for coordinating collection of conformance test samples with the TRI and the
geosynthetic manufacturers. TRI 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 TRI. The laboratory will perform geomembrane
seam strength tests for compliance with the Technical Specifications and CQA Plan. A copy of
TRI's fee schedule is included in Attachment B. Test results will be e-mailed to the site in order
to avoid delays with the construction schedule.
Surveying CQA Services
Geosyntec will subcontract the services of a Registered Land Surveyor to provide the surveying
required and prepare the as -built record drawings of the Cell 3 liner and leachate control systems
construction. Geosyntec has selected Peavey & Associates (Peavey) of Fort Meade, Florida to
provide surveying services. Peavey will assist with surveying the critical layers of the liner
system construction and provide data to check material quantities for measurement and payment
purposes. A copy of Peavey's proposal is enclosed as Attachment A.
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, reviewing the Contractor's construction schedule for evaluating construction
progress, assisting the Contractor and SWDD in 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
NCP2323543UL23075 Proposal for Lngineering and Construction Services kbtreview.doc
engineers I scientists I innovators
Mr. Himanshu Mehta, P. E.
2 February 2024
Page 6
contract administration to include construction -related correspondence with the Contractor and
SWDD.
Phase 5: 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 designers, and
technical 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 or deviations. Peavey 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 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. Electronic copies of the final QA/QC certification report will be
submitted to FDEP for approval with copies provided to SWDD.
NCP2323543UL23075 Proposal for Engineering and Constniction Services kbtreview doc
engineers I scientists I innovators
Mr. Himanshu Mehta, P. E.
2 February 2024
Page 7
Phase 6: Installation of Groundwater Monitoring Wells
The four groundwater monitoring well clusters (MW -25S/1, MW-39S/I, MW-47S/I and MW-
48S/I) and piezometer PZ -2 will be installed prior to certification of construction completion and
approval of Cell 3 by FDEP for waste placement. Geosyntec has solicited a quote from Earth
Tech Drilling, Inc. (Earth Tech) to serve as a drilling subcontractor to perform these services. It
should be noted that Earth Tech installed the monitoring wells in 2023 related to the leachate
storage tank on the eastern portion of the Site. A copy of Earth Tech's proposal is included as
Attachment D. Geosyntec has also solicited a quote from Peavey to survey the locations of the
new groundwater monitoring wells and prepare the required drawing for submittal to FDEP.
Peavey also provided similar services during the Phase 1 construction project. A copy of
Peavey's proposal is included in Attachment A.
A Geosyntec hydrogeologist or equivalent will be on-site to observe the well installations. Upon
completion of the well installations, the wells will be developed prior to sampling. The locations
of the wells will be surveyed and a well completion report will be prepared and submitted to
FDEP in accordance with the requirements of the Water Quality Monitoring Plan of the Class I
Landfill permit. It has been assumed that the laboratory analyses will be performed by the
SWDD's contracted analytical laboratory (i.e., Eurofins) and has therefore not been included in
the budget estimate. Additionally, in accordance with previous well installations related to
assessment of the Class I Landfill, the soil cuttings from the well installations will be drummed.
A cost for disposal of the soil drums is not included in the budget estimate.
Phase 7: Financial Assurance
For Phase 7, Geosyntec proposed updating the Financial Assurance Cost Estimate (FACE) for
Cells 1 and 2 of the Segment 3 Expansion at the Indian River County Landfill to include
proposed Cell 3. The scope and corresponding budget estimate were prepared using the
following assumptions.
• The FACE will be prepared using quotes and unit rates obtained in 2024.
• The work for this task would include completing DEP Form 62-701.900(28) (Closure
Cost Estimating Form for Solid Waste Facilities) and updating the quantities that has
been already calculated for the previous Cells.
• The FACE will be prepared in a similar format to the submittal for Cells 1 titled "Section
17 - Financial Assurance", prepared by CDM Smith, and accepted by IRC SWDD on10
February 2020.
• Geosyntec will provide one electronic copy of the draft documents to IRC for review and
comments. Geosyntec will implement one round of revisions to finalize.
• Geosyntec will submit the final signed and sealed FACE to FDEP and IRC in electronic
format.
NCP2323543UL23075 Proposal for Engineering and Construction Services kbtreview.doc
engineers I scientists I innovators
Mr. Himanshu Mehta, P. E.
2 February 2024
Page 8
• Effort to respond to requests for additional information (RAIs) is not included. Should
RAIs be received, Geosyntec will review and provide IRC with a budget estimate to
respond to the RAIs.
Phase 8: Miscellaneous Engineering Support Services
This phase will address two issues associated with the operation of the expanded Class I landfill
including:
• Re -design and replacement of the Sligo pump in Cell 1 of Segment 3 Expansion; and
• Design new system to reduce the leachate leakage of Cell 2
During the construction of Phase I of Cell 3 of Segment, SWDD requested the re -design and
installation of a new pump station for Cell 1 of Segment 3. Geosyntec will evaluate the current
Sligo pump station design and prepare construction drawings and specifications for the
installation of a new pump. During the construction of Phase 1 of Cell 3 multiple leachate leaks
were identified on the east and north portions of Cell 2, specifically entering the stormwater
ditches. Geosyntec will evaluate the leaks and provide prepare construction drawing and
specifications to mitigate the leakage. No budgeting for construction oversight is included in this
proposal since it is not yet known if and when this recommendation would be implemented by
SWDD.
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 15 March 2024. Construction is estimated to require four months to complete with an
additional month for project certification and FDEP approval. Thus, Cell 3 of the Segment 3
Expansion should be ready to accept waste by I October 2024.
Geosyntec recognizes the importance of the schedule for SWDD and their need to obtain the
required disposal capacity from the 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
The following assumptions were used by Geosyntec in developing the budget estimate presented
below:
NCP2323543UL23075 Proposal for Engineering and Construction Services kbtreview.doc
engineers I scientists I innovators
Mr. Himanshu Mehta, P. E.
2 February 2024
Page 9
• 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
4 months (16 weeks).
• QA/QC monitoring is budgeted for 10 hours per day, 6 days per week (60 hours per
week).
• All hours worked on the Project will be invoiced at the rates indicated in the detailed
budget estimate with no premium charged for overtime. Geosyntec assumes that we will
be compensated for any time over 60 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.
• Geosyntec will minimize courier fees by exchanging information between SWDD and
Geosyntec via e-mail and follow-up by regular mail. However, some express shipments
may be unavoidable. Although not included in this estimate, all shipping or other similar
communication fees incurred will be invoiced at cost plus markup in accordance with the
rate schedule.
• Geosyntec CQA personnel require space for office work and small equipment storage
while on site. SWDD will provide adequate field facilities with necessary utilities, and
access to a phone 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, handheld 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.
NCP2323543UL23075 Proposal for Engineering and Constniction Services kbtreview.doc
engineers I scientists I innovators
Mr. Himanshu Mehta, P. E.
2 February 2024
Page 10
• Geosyntec proposes to provide a rental/company vehicle for use by Geosyntec CQA
personnel on site at a daily unit rate of $150. 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 $45,079.02
Phase 2 — Preparation of Issued for Construction (IFC) Documents $9,939.28
Phase 3 — QA/QC Services $376,839.12
Phase 4 — Construction Management $66,252.24
Phase 5 — Resident Engineering and Certification Services $80,076.20
Phase 6 — Installation of Monitoring Wells $44,043.70
Phase 7 — Financial Assurance $9,103.66
Phase 8 — Miscellaneous Engineering Support Service $35,811.92
TOTAL $667,145.14
Geosyntec will not exceed the cost estimate without prior approval and written authorization
from SWDD.
NCP2323543UL23075 Proposal for En inncerine and Construction Services kbtreview.doc
engineers I scientists I innovators
Mr. Himanshu Mehta, P. E.
2 February 2024
Page 11
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,
Timothy R. Copeland, Ph.D., P.E.
Engineer
Kwasi Badu-Tweneboah, Ph.D., P.E.
Senior Principal
NCP2323543VL23075 Proposal for Engineering and Construction Services kbtreview.doc
engineers I scientists I innovators
ATTACHMENT A
SUBCONTRACTOR SERVICES
December 18, 2023
Peavey & Associates
Surveying & Mapping, PA
9399 North Lake Buffum Road Fort Meade, F133841
Phone: 863-738-4960
Email: DebPeaveyfteave sy urveyinp,.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 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 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.
PHASE 11- Cell Construction Surveying
• Task One: As -built survey of the preparation of the liner grade surface & anchor
trench.
• Task Two: As -built survey of the secondary liner geomembrane. Panels, repairs,
destructs.
• Task Three: As -built survey of the primary liner geomembrane. Panels, repairs,
destructs, and liner tie-in.
• Task Four: As -built survey of the 2' protective layer surface.
• Task Five: As -built of the leachate collection system corridor pipes,
sumps, manholes, force main, etc.
• Task Six: As -built survey of the final improvements. Edge of liner markers and
stormwater improvements.
• Task Seven: Volume calculations for conformance check and for
measurement and final payment purposes.
Peavey & Associates Page 1 Surveying & Mapping, PA
Peavey & Associates
Surveying & Mapping, PA
' 9399 North Lake Buffum Road Fort Meade, FI 33841
Phone: 863-738-4960
Email: DebPeaveyfteaveysurveying:com
Survey shall be on a square grid spaced not wider than 50 feet. Five copies of the final as -
built drawings 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 outlined services will be on a lump sum basis, billed monthly for
completion percentages of work in progress, as followed:
PHASE 1 - SitePreparation Surveying
Task Four: 1,500.00
Task Five: 2,500.00
TOTAL $4,000.00
PHASE 2
- Cell Construction Surveying
Task One:
500.00
Task Two:
600.00
Task Three:
6,000.00
Task Four:
6,000.00
Task Five:
4,000.00
Task Six:
4,000.00
Task Seven:
1.000.00
TOTAL $32,000.00
PROJECT TOTAL $36,000.00
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.
Peavey & Associates Page 2 Surveying & Mapping, PA
Sincerely,
Peavey & Associates
Surveying & Mapping, PA
9399 North Lake Buffum Road Fort Meade, Fl 33841
Phone: 863-738-4960
Email: DebPeavey(,7)peaveysurvey ng.com
Deborah L. Peavey, PSM
Agreed to and accepted by:
Owner or Owner'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
..
E ... 1
n m uw
2024 Fee Schedule A
Geofech.leM Testing
T.W., Coal L.. Then SIM.
I---
rw r`ra.reit ixn.�ir..rwpewrq vn
Tit
Teel Standard
Iw61Nln AASHTOS—W)
UMI C."
(S)
Remarks
(-)
Bulk Specific Gravity
ASTM C127
I50
PU Sim Frxuon
GnN Sim AMulYuia-Coos MetMelp
ASTM C136
—L
160
_.
G.I. Si. A.alyaia- Ma:lnnlnl Siwe
ASTM D422
120
Nabi
Grain Sim Amlym-Hydrmtbin
ASTM W22
130
NOb2 —
SM&WLimil
ASTM D427
453
SmMd"Pnbbr- Soil(AM SM for MdW C)
ASTM D698
213
Nab3
Spsif Gravity
ASTM D114
IJO
bbwials Fier Dun 200 Sies(Warh 11 Mla1
ASTM DI140
90
Modified Pnebr- 8oil(Add $50 for Medrol C)
ASTM DI557
270
Note3
CpR leer (hMe Dasciry and Moirmrd CdntenMl
ASTM DISS3
430
UI—fdt'nmpnurmn S-Igd, lip ui 2.8"Diammcr)
ASTM D2166
160
(Pk only$12W
Moiulun C'omn/M
ASTM D3216
16
Rigid W.II P1111 111th (3.0" cad 4.5" Dial
ASTM D2434
295
SPeemm ft-— (1,— aM SPacifs' MOM,oe & —,1
75
Rigid Wull P—.bibry(LSW dan 0' Dr..)
%pae:nnM PrdperaM:m (RmmW el SIIaaJk MOMurc & 0me6Y)
ASTM D2434
395
93
Ono-Diloalzeo..I Conmlidat-(2.5"Diametu)
ASTM D2435
660
N,Rm4&S
-- _
FaAM AJJkiaul I.oM aflur B W,VunluedlnWal
-
63
Bpm:am Preperw:u (RemoWl
10
Conmliduion Prewup>12.a0U W. ...w pct. Wd
__....
65
C -S IiSwion Preaua>W,WO pd& <12U.ixx) prf, add
IJS
nddiiaal Davy mpnkmkigan.rg lkn —
—_
IS
Eoglomnne Clabifinuw
ASTM D2487
15
_
W TIIWII (2,r Di.mam)
Specimen RatroW
Stec— Pryunti ISMM Tube Cull
D,, - W ightlFm lM Drive-CylilWer)
(hga C.—C
Inmluble ReriMei,Carb.raw A8lPdgabs
Douhle HYdronlel
ASTM D2850
ASTM
ASTM D2974
IM74
ASTM D3042
AST M D4221
330
AS
—Ts -
90
SDryU
80
555
335
Notr 5
Attab.rg LirtuMr(Ww Prucilurc,3 Poinb)
ASTM D43I9
140
Calcium Curbwwl. roman or Soila
ASTM D4373
135
Air Pem,eability
ASTM D4525
375
MMuurc Conbnl DemmusutiaM
ASTM D4643
15
DiyaMS Clay by Pinhole
ASTM D4647
SIO
CU Tri..W (2.8' Di.—)
ASTM D4767
4%
Nobe 5 & 6
Si-imrn Pnparaciav (R—Q)
85
Specinbn P ptlntio. (SMby Tube CUM)
I3
P,.,,
C'onwlidati.n P,., >23 pv & <50 tui, add
e rnlMdmimM Preaun>50 pri & 175 P -add
C I'm ion Prerme>75 pa&<IW pa, -a140
1 h Ad&siaml Elkctl S
dd xxul Doty mon ng afidr IU Uan SdMup
pH d&IN
Fbz,blr W.11 P hit y QV D ) _
Spn P qu lin IR troll 8" Di )
Sp. Prqunw (SldbyT be Cut)
-
-
-
ATM D/97?. EPA 9M145D
� ASTM D5084
_•
.
30
]0
83
23 I
15
393
65
N—, 5 & v
--—_.,.-.-------- -
Conmlidauon Presaure>25 IS, &<5030 pmze, add
33
Conmlidalion Preararc>50 pia &<75 pei, odd
65
C'mtmlidaliaM Prcwurc>73 pri & <I00 pze, edd
113
Each Add,I—I I:Hav:uve Suede
90
AWk— 0a6 nxm4w:aafln t Dan frwn gaup
25
GCL Indw Flus (4- Di..)
ASTM 05887
300
Tbickcmu MSSmnnallofGCL(HydnWBmS—.)
ASTM D5887-App®dia
SS t
BmS.ile W.w smrty Prqunuon —
FilwbLau ASTM 05891/API RP II
Bml F SwMI ASTM DSg9a518PNF XVO
Mau paUri, 'A df()Cl ASTM D3993
75 -- -
IIS
93
15
--- ----
Grain Sim Analyzer-Mslun:ul Sies(WiNwl5plil Sieve)
ASTM D6913
I4U sa AsiM 07%a bxywme,e
linin Sire AMulysie- Mechanical Siwe(Wilh Split Sieve)
ASTM D6913
2.) su Asia
uivm su xyawnne,
Uniuxi.l Cnmpreaive Stlwg6 d Rock Cma(<10."IN)
ASTM D7012
225
I3 -yW.., Weigln).1 W Sp4cimrnc-M.N A
i ASTM D7263
185
0.Tzery ll:nits Weight)afsoil5pxinbnr-MellrodB
ASTM D7263
90
C.k.I.lionofPanzety WVoid Reua of$oil
55
N..0
linin Sim Amlypa- Hydr—,,
ASTM D7928
130
Slurry Units Weight
API RP13
55
Mash Froud VSSrmty
AN RPI3
55
Sats C.—
AN RPI 3
1"
Pwozety
API PR40
55
N-2
Bulk Dalry
AN PMO
9p
Volunw flange
SanyMle Regiru
Soil
Geugw OOT
265
t
--SnWw'-w1plcr(IaruanWler)---
Med ] Iplec lU g tplev) -
I pl ydcy (2B k W1a+1
_
I I ge Snny,la 0 1, 5B ckm vlryrl 1 -
Haze Iy R.I.
IaMbon ry T— Man I—1 I Pa Ho
Cabo myT Man I tenet II Per Nour
Lobo.., T W-... I.evd 111 Pa Hour
AuieunM lam wry Manager Pa Hour
IS
m
55 _--�-�_—_—
110
60
65 r__...—_—
%U
90
Iabm.bry Manages
Per llour
245
AAD ISp r.far n1, uml,ar....nurompin nuuterl.Ir noM a.M x111.. rnuniM Ma ulleum,t th.lr mu4 aM rf, rnd of ar pm4'.'M fur pa dlup—I,
dtl Mlw..... mM aannarl.h nes arts MaM.amts Mo dl I Wriruwnm the and d- prola.l lar P p,,dbp—)
d Mlar humrduu. ma 11 nu—U..acts Mll S, —W Iuwr.nm, uM m. mn ul m. Pw3n1 car PraPn dhpnwlF
pr �.�d.ww. tmar,mMa hmµ.a,ao-wwntaWam calm,hwPnlmam,.��mm.mmhc.�n„p,e,.nn nrl:.worvra,m Mwm,.n a,w,m orx aan.
K Pn,>,M rand pail n.nmr,Yax.a,wn�an ar ln.wn uan..M apwwnrd.m�np.v m.mm,.l, aa.11ydwmn. ars m .:
w.a wh yam o��5s�udw 1—,
cal As7nt u29n,m2M v<rmwnum MM alma,,,• .al 1ki
Excel Gwlw.hnlcal T t g I
w«aakr.
—
2024 Fee Schedule B
------ ........."..
7a. Pr s rsar. nun.u..c ra.oMx ra.
Min CceeteennmalTaung
Tw161or. Than VON
Twl
Twt Sl.ndvd
u0C9a1 Remmb
IarRWar AASHT1y RaMxdl
(5) 1-)
Bulk Spai&Gwviry
ASTM C127
145 Pa Six FwUN
Grain Six Analyua-Coma Malwiala
ASTM C136
150 --- - --
GxinSixAnelyeiv-Mmhenical Sieve
ASTM D422
110 Note1
Grain Six Arulyaiv-Hydranelcr
ASTM D422
135 NOle2
SMxkage Limil
ASTM D427
430
SMlldard Proctor - SoillAdd W) for Mnhul (')
ASTM p698
210 N J
Spwf G 'ry
� _ ASTM D85/
IZS
6Ulenuly Flnn lhun 200% -)Wash Nn.'_001
ASTM DI 140
81
Modified Rales- Soil(AM $511lo, MedroJ I 1
ASTM D1557
255 Nava
COR (P.(kle DrnairyalM Mnisarc C --o ,
ASTM DI883
395
Ilaas01m1 C.nmpre�ols SumBth luPm2R"Dmnrckrl
ASTM D2166
150 (Pwk ady 5115)
mm-Iamrnl
ASTM D2216
IS
Ri,W W_Il Prnnmbiliry (3.0• -14.5 -Dia.)
ASTM D2434
290
men Pnpani+P (Remo. n Speedk Mo'wae 8 Dmwny)
75
Rigid Wull P—biliry(Iargur Nus C5' Di..)
ASTM D2434
395
Slav- Prcpansix (Ramo. a S-dU Moarue & -0y)
W
011e-DimmuiolulCmmlide0oo (2.5"Divmnw)
ASTM D2435
640 Naw4@5
D. AM- Land vfler a Ym✓mkmVrcHW
65 ..._
9paimm Pryaaion (Rax.)
63
CwwPlklnlion Prcenvn -,m Pff &X80.000 Pvt: eJJ
60
mnl.mion P. -.OW pf & 10.000 of. aJd
130
AJJIwmI Daly mmrir_ingafla 8 pyv
15
PryyrsxrinB ClaaiOmtian
ASTM D2497
15
UUTfiaxia1(2.8'Divnwui)
ASTM D2850
110 Nae,
D Spuimml RemnlJ
e0
Spev nrrr(1:,,r rlSlriny Tune t'v0
15
Dry( W gh)IFcr I) D'vc-1'ylmJvrl
ASTM D293]
85
11rga ( d
_
ASTM D2974
]
11-1 01 R due in ('arbdnaa ASBrclNlus
ARTM D3042
520
I3rmhl Hydr rmner
_ ASTM N221
-- 225
Atwrbmg Li)sdu(Wal Prcux5urc.3 Pcinlsl
ASTM DIJIB
135
Calcium CeNmaa Comes PfSoila
ASTM D4373
13(1
Air P—billy
ASTM N525
315
Mai-C_-Dmwnunarian
ASTM D4643
15
Diapmvve Clay by Pul k
ASTM D4647
510
CU Tfiaxia1(2.8" D'unxam)
ASTM D4767
470 Naw 5 & 6
Specimen Prcrvraidn (Rwnld)
SO
Specimen Pref-- (Shelby Tubo C t)
IS
Cmrwlidstinn Rcxs 25 pu & 150 psi. veld
23
Cnnurlidainn Proxxurc X50 psi & <75 psi, edd
63
cnnawida_nn rren_re �n pxi @ .I W pn, am
us
F M1 A",..l EIT 1 -
__.
__.
BO --
_
dJ and D $ 8 fi 10 D W
-
20
pll ofM I
ASTM D49]2. EPA WISD
70
Flex bl W.11 P b'I ry (2 8 p 1
ASTM D5084
375 Nava 5 @ ]
- Spa P q-. (R Id, 8 Dian )
6D
Spm Pr l (SMbyT &C II
13
C Ida' R S ,ti & SO pi add
30
Connlydatim Pr,— 30 pi &<]S p; add�-
CaImliJvtionRewlwv]S pd@�I00 psi, adtl
Eacb Addgnul Eflids Sana
AM— WSy mpnapria6afla 7 DeSv fmm Seng
a4--
GCL Index Flux N'Dia.1
ASTM D5927TMakleo
MmaaemmlofOCL (HydmlM Bmmniu)
ASTM D5887•App@n
W-Shirty R.paration
65_ -
Fil..1-
ASTM D5891/API RP 13
110
Bml - P Swell
i ASTM D5690N5IPNF%VO
90
Mae pa Unil Arm ofG(1.
ASTM DS991
70
Cain Sv.•Anelya)x-Mdchaxiwl Siew:(Wiaaa Spli) Bevel
ASTM D6913
�1
1311 —
Groin Six Awly'bs-Mwheniml Sieve l Widr SPli) Sieve)
ASTM M913
f
17 ly
Uniaxial Caspwdsm S -,t of Rak Caa(� 111,110. lb,
ASTM D7012
21, t
Dmulry(Unil Wm hl)afSwlSpcimrns-Med_.A
ASTM D1263
110
DrnairylUlul WaBhH afBnil Spwimnss-MmlwdH
ASTM D7263
0
Calculabm of P=,ty,d Void Rankof Soil
i(1 No.B
Gwin Si. Melyvis-Ilyd ,m r
ASTM D7928
1211
Slurry U W ighl
API RP13
55
Mafehh IVieroniry
i— API RPII
55
SurWC m
API RPIJ
120
Paroury
API PRO
SO N e 8
Bulk Ihmdry
API PR40
85
Volunse('M1arlge
Gamgia DOT
21S _ __ _.
Ranlple Regrow
1
_ _
Soil Canpoxile Prepvrv0ms -----
-_
- _
S null tianydvxllur wmpinl
IS -�
Mal,- S,Wl,, (B,g
.
_35 I
targe Smsplea 12 Buck. mnsplwl
$0
Exna l.aree Sun9dw 13 m5Buckn sanpdal
100 - - ---
HourlyRata
taborvlwy Tocluic an I,ev. I
Pr Haur
55 � � � �_
Irhwelary T I ia,s k b 11
� P. HN,
60
ebTxMimm Level 111
PB How
75
AwiWnt__bora___Maugcr
LA_
Pa Hour
85
I.aborvinry Manager
Per Hour
235
And lSprmmfarvvli vodlarppwm umpin (rwkdak um uxn
.IllMraurnM wdlm ve Welrrwr, vl Ne<on aHaepro)nrtw wvlF
AM nn br nnuranaW Inv _va vaen xll De mvmad mellwn,mnkw.tome mn of me Prolm pr Prapernnwewn)n
SO mr for nueardauv rukrrW_ ImrMa4 nol aved. .111. nnmM Ip rlknu. yr 1bdr-1 vl me and .1 1, Prvinr mr prop_ nkpou0.
l
ae 7. 1M• nu n:mAVJ I-a.m vniMirvwn wd rrpkui won A6TM D t-
aethxai _mak al.mrsekxnmr vomuiw (Wam mmliwblrF
me ire_ namrer 3. xlrvmv nes .I.ma mrlws ur mlw4l. muurumwmohnu prnwm.
o02.a. qfW laulrm elven___ nftl Nys.
urn Ir nano vnlvnaumumkv Junum nl lO dvY. (nm. kenJ of mea ne,mviull uwnllY
qr a. T.w roau Inas ASTM Dx6x. ASTM D±3 )n nxl STM D2�/07E6t em mmimll fw rM wn lcaluim.
ewuiaa ufrNn ganu.
)"'ll .rn 1
LA\
TRI
ENVIRONMENTAL
Timothy Copeland
GeoSyntec Consultants
3504 Lake Lynda Drive
Ste. 155
Orlando FL 32817
United States
TESTING, RESEARCH, CONSULTING AND FIELD SERVICES
Austin, TX USA Anaheim, CA USA Anderson, SC USA I Go,d Coast Australia i Suzhou China Cullman, South Africa
Quote Date:
1/31/2024
Valid Until:
6/30/2024
Contact:
Sam Allen ; sallen@tri-env.com
20.00
512-263-2101
PO#:
None
wo#:
69.00
Prim. -Second. GCs
Test Method
Unit
Cost/Unit
Transmissivity - Profiled, 100 hr, 2 loads, 1 gradient
ASTM D4716
20.00
850.00
Peel, MD Only (F904)
ASTM D7005
20.00
69.00
Mass / Unit Area
ASTM D5261
20.00
35.00
Grab Tensile Properties
ASTM D4632
20.00
69.00
CBR Puncture, 50 mm Probe
ASTM D6241
20.00
125.00
AOS - Apparent Opening Size
ASTM D4751
20.00
125.00
Permittivity - Permeability
ASTM D4491
20.00
115.00
Prim. -Second. -Rain Flap GMs
Density
Thickness (Textured)
Tensile Properties, Index (D638)
Carbon Black Content
Carbon Black Dispersion
GCL Testing
Index Flux
LCS-ToeDrain GTs
Mass per. Area
Grab Tensile Properties
Trapezoidal Tear
CBR Puncture, 50 mm Probe
AOS - Apparent Opening Size
Permittivity - Permeability
In -plant Sampling
In -plant Sampling, Sample Management - US Plants
Sub -total Prim. -Second. GCs (USD):
Test Method
Unit
CosUUnit
ASTM D1505
11.00
35.00
ASTM D5994
11.00
28.00
ASTM D6693
11.00
69.00
ASTM D4218
11.00
45.00
ASTM D5596
11.00
52.00
Sub -total Prim. -Second. -Rain Flap
GMs (USD):
Test Method
Unit
Cost/Unit
ASTM D5887
5.00
259.00
Extension
17,000.00
1,380.00
700.00
1,380.00
2,500.00
2,500.00
2,300.00
27,760.00
Extension
385.00
308.00
759.00
495.00
572.00
2,519.00
Extension
1,295.00
Sub -total GCL Testing (USD): 1,295.00
Test Method
Unit
Cost/Unit
Extension
ASTM D5261
2.00
35.00
70.00
ASTM D4632
2.00
69.00
138.00
ASTM D4533
2.00
65.00
130.00
ASTM D6241
2.00
125.00
250.00
ASTM D4751
2.00
125.00
250.00
ASTM D4491
2.00
115.00
230.00
Sub -total LCS-ToeDrain GTs (USD):
1,068.00
Test Method
Unit
Cost/Unit
Extension
38.00
86.00
3,268.00
3,268.00
Interface Friction Test Method Unit Cost/Unit Extension
Internal Shear Strength of GCL ASTM D6243 2.00 750.00 1,500.00
Continued...
TRI ENVIRONMENTAL, INC..
9063 BEE CAVES RD., AUSTIN, TX 76733 - USA 1 Pi I. 800.880.TFST OR 512.263.2101 1 tri-environmental.com
A.\TRI
TESTING, RESEARCH, CONSULTING AND FIELD SERVICES
Austin, TX USA J Anaheim, CA USA 1 Anderson, SC USA I Gold Coast
Australia i Suzhou China i Cullinan, South Africa
ENVIRONMENTAL
Quote Date:
1/31/2024
Timothy Copeland
Valid Until:
6/30/2024
GeoSyntec Consultants
Contact:
Sam Allen ; sallen@tri-env.com
512-263-2101
3504 Lake Lynda Drive
PO#:
Ste, 155
None
Orlando FL 32817
w0#:
United States
Interface Friction Testing
Multi -Layered Interface Friction Test
Project Management
Project Management
Prim. -Second. -Rain Flap GMs
Peel and Shear - Seams
Peel and Shear - Seams - SATURDAY
Shipping
Shipping - Estimate (Invoice based on actual costs)
1,500.00
Test Method Unit Cost/Unit Extension
ASTM D6243 2.00 1,600.00 3,200.00
Sub -total Interface Friction Testing (USD): 3,200.00
Test Method Unit Cost/Unit Extension
Z-PROJMGT 8.00 86.00 688.00
688.00
Test Method Unit Cost/Unit Extension
ASTM D6392 100.00 46.00 4,600.00
ASTM D6392 0.00 85.00 0.00
Sub -total Prim. -Second. -Rain Flap GMs (USD): 4,600.00
Test Method Unit Cost/Unit Extension
1.00 7,000.00 7,000.00
7,000.00
Estimation of Testing Total (USD): 52,898.00
NOTE: In the process of in -plant sample and sample management, samples collected at the manufacturer are processed and then shipped to our laboratory
via a shipping service. Typically this service is UPS or Fedex. It is our default policy to use our own TRI shipping accounts for this service and to
invoice the costs incurred plus a management fee to the client. In recent times, with higher costs for fuel and labor, the shipping costs have been
very high. TRI works diligently to cut down on the mass and volume of samples shipped by in -plant processing including the preparation of coupons
from across the product roll width, eliminating the need for a full roll width and its mass to be shipped. While we endeavor to provide a best guess
estimate of the shipping costs associated with a given scope of work and the associated number of samples involved, we never know exactly what
these costs will be and advise all clients to plan for a budget with ample funds for this required service. Still, if a client wishes to provide for its own
sample shipment using its own shipping accounts, TRI requests the client to provide this information and specific instructions to the manufacturer
from which TRI secures the samples, and also to TRI.
Continued...
TRI ENVIRONMENTAL, INC.
9063 BFE CAVES Rn., AIISTIN, TX 70733 — USA I Plie 800.880.TF5T OR S12.263.2101 I tri-environmental.com
L
TESTING, RESEARCH, CONSULTING AND FIELD SERVICES
TR' Austin, TX - USA I Anaheim, CA - USA I Anderson, SC - USA j Gold Coast - Australia I Suzhou - China I Cullinan, South Africa
ENVIRONMENTAL
Master Service Agreement
Terms and Conditions
1. ACCEPTANCE: This proposal may be accepted by signing a copy (or by submitting a signed written purchase order which incorporates the terms
contained herein by reference to the quotation number) and returning same to Seller before the services start, or within 90 days from the date of this
proposal, whichever is earlier. As a condition precedent, all sales are subject to the approval of Sellers Credit Department.
2. PRICES AND PAYMENT: Net 30 Days unless otherwise agreed. INTEREST WILL BE CHARGED ON PAST DUE ACCOUNTS. INTEREST
CHARGES WILL BE CALCULATED ON THE UNPAID BALANCE AT 1.25% PER MONTH (18% PER ANNUM) OR THE MAXIMUM RATE ALLOWED
BY LAW, WHICHEVER IS LESS.
3. REMEDIES UPON DEFAULT: If Buyer cancels any or all of any portion of the contract after Seller has been provided samples with instructions to
proceed, Buyer shall pay for all testing performed prior to cancellation. In the event that Buyer is more than thirty (30) days delinquent in payment of
monies due Seller and it is necessary for Seller to employ the services of an attorney or collection agency to recover amount due Seller by Buyer,
Buyer agrees to pay Seller all actual attorneys fees, out-of-pocket costs, travel expenses, investigation costs, court costs, judgment enforcement costs
and any other incidental costs necessary to obtain payment.
4. LIMITATIONS: Unless otherwise expressly specified, nothing contained in the reports of TRI Environmental, Inc. shall be deemed to imply that Seller
conducts any quality control program for the Buyer to whom the report is issued. Although TRI Environmental, Inc. reports may form a part of Quality
Control Program conducted by the buyer, TRI Environmental, Inc. reports apply only to the standards or procedures identified and to the sample(s)
tested and/or inspections made. Unless otherwise specified, the test and/or inspection results are not represented by Seller to be indicative of the
qualities of the lot from which the sample was taken or of apparently identical or similar products. To the extent permitted by law, the client agrees to
limit TRI Environmental, Inc. liability for the clients damages to the dollar value of testing performed. This limitation shall apply regardless of the cause
of action or legal theory applied or asserted. Turnaround times are typical not absolute.
5. EXCLUSIVITY: TRI Environmental, Inc. reports are for the exclusive use of the Buyer to whom they are addressed. Any third party has a right to use
only those reports that pertain to testing authorized by Buyer in writing and naming the third party(s). TRI Environmental, Inc. reports, the name TRI
Environmental, Inc. , or its insignia are not to be used by or on behalf of Buyer under any circumstances in advertising to the general public or in any
other manner without Sellers prior written approval. Buyer agrees to hold Seller harmless and to defend and indemnify Seller against any liability or
damage arising out of any use by Buyer of the name, seal, insignia, reports, or letters of Seller. In the event Buyer refuses to so indemnify Seller, and it
is necessary for Seller to institute legal proceedings to enforce the terms of this paragraph, then Buyer agrees to pay Seller all actual attorneys fees
and costs necessary to enforce compliance.
6. EXCLUSION OF CONSEQUENTIAL, AND INCIDENTAL DAMAGES: IT IS UNDERSTOOD THAT BUYER DOES NOT SEEK INDEMNITY FROM
SELLER AGAINST ANY LOSSES OR DAMAGES. SELLER MAKES NO WARRANTY, EXPRESSED OR IMPLIED, RELATIVE TO THE SERVICES IT
FURNISHES, AND BUYER AGREES THAT SELLER SHALL NOT BE LIABLE FOR THE PERFORMANCE OF THE PRODUCTS TESTED OR
INSPECTED HEREUNDER.
7. WARRANTY: Seller warrants that the services performed hereunder shall be performed in a professional manner consistent with that exercised in
the geosynthetic industry at the time and place the work is done. SELLER MAKES NO OTHER WARRANTY EITHER EXPRESSED OR IMPLIED
RELATIVE TO THE SERVICES IT FURNISHES.
8. SAMPLE RETAINS: Samples not destroyed in testing are retained a maximum of 30 days and then discarded; however, upon prior written notice
from Buyer to Seller, such samples can be shipped to Buyer on a collect basis or samples can be retained beyond 30 days at a monthly storage charge,
billed in advance, for a designated period.
9. VENUE: Buyer and Seller agree that in the event of any dispute arising out of this agreement, any competent Court located in Travis County, State of
Texas, shall have sole and exclusive jurisdiction to settle such dispute. Wavier by Seller of a breach of any of the terms and conditions hereof shall not
be construed as a waiver of any other breach. This agreement shall be governed under and by the laws of the State of Texas.
Terms
1. The budget presented here is based on provided information and an understanding there of. If assumed testing procedures, sample quantities, or sampling labor hours change,
additional costs may be applied using the unit fees presented. If non -represented items are requried, TRIs fees for these specific items will be applied.
2. Payment Net 30 Days
3. All results will be emailed
TRI retains ownership of all generated and reported test results until client invoice is paid, and reserves the right to restrict use of reported test results until client invoice is paid.
Please sign, date, and provide a PO number prior to initiating work
Signature/Date PO Number
TRI Environmental looks forward to working with you on a very successful project
TRI ENVIRONMENTAL., INC.
9063 BEE CAVES RD., AUSTIN, TX 78733 — USA I PH: 800.880.TEST OR 512.263.21011 tri-srniironmantai.com
EARTH TECH
DRILLING
Environmental / Geotechnical
954-974-2424
2703 NW 19th Street, Pompano Beach, FL 33069
Monitoring Wells Sparge Wells Direct Push
Geotechnical Drilling SONIC Drilling
DATE 1/3/2024
CLIENT: Geosyntec
Joshua Udvardy PHONE (561) 922-1102
SITE: Indian River County Landfill - 1325 74th Ave SW - Vero Beach, FL
PROPOSED SCOPE OF WORK: Client to provide access to water source
(Hand clear ALL locations to 5' or Refusal)
(4) MW 2" x 20' w/ 10' .010" Screen (20/30 Sand) - 4" AGP Completion w/ 4 Bollards - 1/2 Hr Well Development
(4) MW 2" x 40'w/ 5' .010" Screen (20/30 Sand) - 4" AGP Completion w/ 4 Bollards - 1/2 Hr Well Development
(1) PZ 2" x -15'w/ 10'.01 - 0" Screen (20/30 Sand) - 4" AGP
Completion w/ 4 Bollards - 1/2 Hr Well Development
Drum Soil - Discharge Wter onsite
Soil Cores on Intermediate Wells and PZ.
SONIC DRILL
unit
Unit
Rate
Number
of Units
Extended Price
Sonic Daily Rate (Compact Track) Price Includes a ten hour work day ( 7 to 5 )
Sonic Daily Rate
8" Sonic Sonic Casing
Compact Track Loader / Water Support
Unless otherwise stated in this quote.
per day $3,900.00 3
$11,700.00
$0.00
perfoot $25.00 0
$0.00
$0.00
per day $575.00 3
$1,725.00
WELL MATERIALS
1" PVC Well Material (includes all annular backfill)
per foot
$0.00
2" PVC Well Material (includes all annular backfill)
perfoot $16.00 255
$4,080.00
4" PVC Well Material (includes all annular backfill)
perfoot
$0.00
Bentonite Pellets (Estimated 6 buckets per location)
bucket
$0.00
$0.00
Well Completion (includes 30 min. development, bolt -down manhole, concrete pad(2'x2' or 10" circle) & lockable well cap
8" Bolt -down completion
12" Bolt -down completion
PVC Stickup Completion w Development
4" Above Grade Protector Aluminum
Bollard
per well
per well
per well
per well $310.00 9
each $125.00 36
$0.00
$0.00
$0.00
$2,790.00
$4,500.00
MISCELLANEOUS
Mobilization (Sonic Drill with all associated equipment)
roundtrip $1,500.00 1
$1,500.00
Daily Mobilization (to and from site per day)
per day
$0.00
Per Diem
per night $575.00 2
each $110.00 2
$1,150.00
$220.00
Permits
Borehole Abandonment
i
per foot $12.00 0
$0.00
Water Meter and usage
lump sum $1,200.00 0
$0.00
DOT Approved 55 -gal Drum (As Needed)
each $80.00 6
$480.00
$0.00
Additional Well Development
Onsite Pre -Drill Meeting
Standby / Difficult Moving Time
I 1/2 hour $85.00 0
each
per hour $550.00
$0.00
$0.00
$0.00
Days to Complete Scone of Work I Submitted Bv:
ChcLrLekBttchew TnTA1 nunTF PRICT
<?R las nn
ATTACHMENT B
DETAILED BUDGET ESTIMATE
Table 1
BUDGET ESTIMATE
PHASE 2 - LINER INSTALLATION FOR CELL 3 CONSTRUCTION
CLASS I LANDFILL - SEGMENT 3 EXPANSION
INDIAN RIVER COUNTY, FLORIDA
PHASE 1: GENERAL CONSULTING/MEETING SUPPORT/PROJECT MANAGEMENT
ITEM
BASIS
RATE
J
QUANTITY
ESTIMATED
COST
A.
Professional Services
a.
Senior Principal
Hr
$294.00
42
$12,348.00
b.
Principal
Hr
$274.00
0
$0.00
c.
Senior Professional
Hr
$254.00
0
$0.00
d.
Project Professional
Hr
$224.00
0
$0.00
e.
Professional
Hr
$198.00
42
$8,316.00
f.
Senior Staff Professional
Hr
$178.00
15
_
$2,670.00
g.
Staff Professional
Hr
$154.00
0
$0.00
Subtotal Professional Services
$23,334.00
B.
Technical/Administrative Services
a.
Site Manager/Construction Manager
Hr
$142.00
0
$0.00
b.
Senior Engineering Technician
Hr
$99.00
0
$0.00
c.
Engineering Technician
Hr
$83.00
0
$0.00
d.
Senior Designer
Hr
$190.00
24
$4,560.00
e.
Designer
Hr
$160.00
24
$3,840.00
f.
Senior Drafter/Senior CADD Operator
Hr
$145.00
0
$0.00
g.
Project Administrator
Hr
$85.00
48
$4,080.00
h.
Clerical
Hr
$65.00
84
$5,460.00
Subtotal Technical/Administrative Services
$17,940.00
C.
Indirect Expenses
a.
Subcontractor Services
Each
$0.00
1.12
$0.00
Subcontractor Services
$0.00
D.
Direct Expenses
a.
Lodging
Da
$150.00
0
$0.00
b.
Per Diem
Da
$55.00
0
$0.00
c.
Communications Fee
3% Labor
$0.03
$41,274
$1,238.22
d.
CADD Computer System
Hr
$15.00
48
$720.00
e.
Vehicle Rental & Fuel
Da
$150.00
12
$1,800.00
f.
8"x11" Photocopies
Each
$0.09
120
$10.80
g.
CADD Drawings
Each
$3.00
12
$36.00
Subtotal Reimbursables
$3,805.02
TOTAL ESTIMATED BUDGET: PHASE 1
$45,079.02
Table 2
BUDGET ESTIMATE
PHASE 2 - LINER INSTALLATION FOR CELL 3 CONSTRUCTION
CLASS I LANDFILL - SEGMENT 3 EXPANSION
INDIAN RIVER COUNTY, FLORIDA
PHASE 2: PREPARATION OF IFC DOCUMENTS
ITEM
BASIS
RATE
QUANTITY
ESTIMATED
COST
A.
Professional Services
a.
Senior Principal
Hr
$294.00
4
$1,176.00
b.
Principal
Hr
$274.00
0
$0.00
c.
Senior Professional
Hr
$254.00
0
$0.00
d.
Project Professional
Hr
$224.00
0
$0.00
e.
Professional
Hr
$198.00
12
$2,376.00
f.
Senior Staff Professional
Hr
$178.00
8
$1,424.00
g.
Staff Professional
Hr
$154.00
0
$0.00
Subtotal Professional Services
$4,976.00
B.
Technical/Administrative Services
a.
Site Manager/Construction Manager Hr
$142.00
0
$0.00
b.
Senior Engineering Technician
Hr
$99.00
0
$0.00
c.
Engineering Technician
Hr
$83.00
0
$0.00
d.
Senior Designer
Hr
$190.00
20
$3,800.00
e.
Designer
Hr
$160.00
0
$0.00
f.
Senior Drafter/Senior CADD Operator
Hr
$145.00
0
$0.00
g.
Project Administrator
Hr
$85.00
0
$0.00
h.
Clerical
Hr
$65.00
0
$0.00
Subtotal Technical/Administrative Services
$3,800.00
C.
Indirect Expenses
a.
Subcontractor Services
Each
$0.00
1.12
$0.00
Subcontractor Services
$0.00
D.
Direct Expenses
a.
Lodging
Da
$150.00
0
$0.00
b.
Per Diem
Day
$55.00
0
$0.00
c.
Communications Fee
3% Labor
$0.03
$8,776
$263.28
d.
CADD Computer System
Hr
$15.00
20
$300.00
e.
Vehicle Rental & Fuel
Da
$150.00
0
$0.00
f.
8"x11" Photocopies
Each
$0.09
0
$0.00
g.
CADD Drawings
Each
$3.00
200
$600.00
Subtotal Reimbursables
$1,163.28
TOTAL ESTIMATED BUDGET: PHASE 2
$9 939.28
Table 3
BUDGET ESTIMATE
PHASE 2 - LINER INSTALLATION FOR CELL 3 CONSTRUCTION
CLASS I LANDFILL - SEGMENT 3 EXPANSION
INDIAN RIVER COUNTY, FLORIDA
PHASE 3: QA/QC SERVICES
ITEM
BASIS
RATE
QUANTITY
ESTIMATED
COST
A.
Professional Services
a.
Senior Principal
Hr
$294.00
34
$9,996.00
b.
Principal
Hr
$274.00
0
$0.00
c.
Senior Professional
Hr
$254.00
0
$0.00
d.
Project Professional
Hr
$224.00
0
$0.00
e.
Professional
Hr
$198.00
66
$13,068.00
f.
Senior Staff Professional
Hr
$178.00
52
$9,256.00
g.
Staff Professional
Hr
$154.00
0
$0.00
Subtotal Professional Services
$32,320.00
B.
Technical/Administrative Services
a.
Site Manager/Construction Manager
Hr
$142.00
972
$138,024.00
b.
Senior Engineering Technician
Hr
$99.00
492
$48,708.00
c.
Engineering Technician
Hr
$83.00
0
$0.00
d.
Senior Designer
Hr
$190.00
0
$0.00
e.
Designer
Hr
$160.00
8
$1,280.00
f. Senior Drafter/Senior CADD Operator
Hr
$145.00
0
$0.00
g.
Project Administrator
Hr
$85.00
0
$0.00
h.
Clerical
Hr
$65.00
32
$2,080.00
Subtotal Technical/Administrative Services
$190,092.00
C.
Indirect Expenses
a.
Subcontractor Services - Peavey
Each
$36,000.00
1.12
$40,320.00
a.
Subcontractor Services - Excel
Each
$20,525.00
1.12
$22,988.00
a.
Subcontractor Services - TRI
Each
$52,948.00
1.12
$59,301.76
Subcontractor Services
$122,609.76
D.
Direct Expenses
a.
Lodging
Da
$150.00
112
$16,800.00
b.
Per Diem
Da
$55.00
56
$3,080.00
c.
Communications Fee
3% Labor
$0.03
$222,412
$6,672.36
d.
CADD Computer System
Hr
$15.00
8
$120.00
e.
Vehicle Rental & Fuel
Da
$150.00
32
$4,800.00
f.
8"x11" Photocopies
Each
$0.09
500
$45.00
g.
CADD Drawings
Each
$3.00
100
$300.00
Subtotal Reimbursables
$31,817.36
TOTAL ESTIMATED BUDGET: PHASE 3
$376,839.12
Table 4
BUDGET ESTIMATE
PHASE 2 - LINER INSTALLATION FOR CELL 3 CONSTRUCTION
CLASS I LANDFILL - SEGMENT 3 EXPANSION
INDIAN RIVER COUNTY, FLORIDA
PHASE 4: CONSTRUCTION MANAGEMENT
ITEM
BASIS
RATE
QUANTITY
ESTIMATED
COST
A.
Professional Services
a.
Senior Principal
Hr
$294.00
60
$17,640.00
b.
Principal
Hr
$274.00
0
$0.00
c.
Senior Professional
Hr
$254.00
0
$0.00
d.
Project Professional
Hr
$224.00
0
$0.00
e.
Professional
Hr
$198.00
30
$5,940.00
f.
Senior Staff Professional
Hr
$178.00
30
$5,340.00
g.
Staff Professional
Hr
$154.00
0
$0.00
Subtotal Professional Services
$28,920.00
B.
Technical/Administrative Services
a.
Site Manager/Construction Manager
Hr
$142.00
144
$20,448.00
b.
Senior Engineering Technician
Hr
$99.00
0
$0.00
c.
Engineering Technician
Hr
$83.00
0
$0.00
d.
Senior Designer
Hr
$190.00
40
$7,600.00
e.
Designer
Hr
$160.00
0
$0.00
f.
Senior Drafter/Senior CADD Operator
Hr
$145.00
0
$0.00
g.
Project Administrator
Hr
$85.00
8
$680.00
h.
Clerical
Hr
$65.00
24
$1,560.00
Subtotal Technical/Administrative Services
$30,288.00
C.
Indirect Expenses
a.
Subcontractor Services
Each
$0.00 1
1.12
$0.00
Subcontractor Services
$0.00
D.
Direct Expenses
a.
Lodging
Da
$150.00
0
$0.00
b.
Per Diem
Da
$55.00
0
$0.00
c.
Communications Fee
3% Labor
$0.03
$59,208
$1,776.24
d.
CADD Computer System
Hr
$15.00
40
$600.00
e.
Vehicle Rental & Fuel
Da
$150.00
30
$4,500.00
f.
8"x11" Photocopies
Each
$0.09
200
$18.00
g.
CADD Drawings
Each
$3.00
50
$150.00
Subtotal Reimbursables
$7,044.24
TOTAL ESTIMATED BUDGET: PHASE 4
$66,252.24
Table 5
BUDGET ESTIMATE
PHASE 2 - LINER INSTALLATION FOR CELL 3 CONSTRUCTION
CLASS I LANDFILL - SEGMENT 3 EXPANSION
INDIAN RIVER COUNTY, FLORIDA
PHASE 5: RESIDENT ENGINEERING AND CERTIFICATION SERVICES
ITEM
BASIS
RATE
QUANTITY
ESTIMATED
COST
A.
Professional Services
a. Senior Principal
Hr
$294.00
40
$11,760.00
b. Principal
Hr
$274.00
0
$0.00
c. Senior Professional
Hr
$254.00
0
$0.00
d. Project Professional
Hr
$224.00
0
$0.00
e. Professional
Hr
$198.00
80
$15,840.00
f. Senior Staff Professional
Hr
$178.00
80
$14,240.00
g. Staff Professional
Hr
$154.00
0
$0.00
Subtotal Professional Services
$41,840.00
B.
Technical/Administrative Services
a. Site Manager/Construction Manager Hr
$142.00
0
$0.00
b. Senior Engineering Technician
Hr
$99.00
0
$0.00
c. Engineering Technician
Hr
$83.00
0
$0.00
d. Senior Designer
Hr
$190.00
80
$15,200.00
e. Designer
Hr
$160.00
80
$12,800.00
f. Senior Drafter/Senior CADD Operator
Hr
$145.00
0
$0.00
g. Project Administrator
Hr
$85.00
8
$680.00
h. Clerical
Hr
$65.00
48
$3,120.00
Subtotal Technical/Administrative Services
$31,800.00
C.
Indirect Expenses
a. Subcontractor Services
Each
$0.00 1
1.12
$0.00
Subcontractor Services
$0.00
D.
Direct Expenses
a. Lodging
Da
$150.00
0
$0.00
b. Per Diem
Da
$55.00
0
$0.00
c. Communications Fee
3% Labor
$0.03
$73,640
$2,209.20
d. CADD Computer System
Hr
$15.00
160
$2,400.00
e. Vehicle Rental & Fuel
Da
$150.00
4
$600.00
f. 8"x11" Photocopies
Each
$0.09
300
$27.00
g. CADD Drawings
Each
$3.00
400
$1,200.00
Subtotal Reimbursables
$6,436.20
TOTAL ESTIMATED BUDGET: PHASE 5
$80 076.20
Table 6
BUDGET ESTIMATE
PHASE 2 - LINER INSTALLATION FOR CELL 3 CONSTRUCTION
CLASS I LANDFILL - SEGMENT 3 EXPANSION
INDIAN RIVER COUNTY, FLORIDA
PHASE 6: INSTALLATION OF MONITORING WELLS
ITEM
BASIS
RATE
QUANTITY
ESTIMATED 1
COST
A.
Professional Services
a.
Senior Principal
Hr
$294.00
1
$294.00
b.
Principal
Hr
$274.00
0
$0.00
c.
Senior Professional
Hr
$254.00
2
$508.00
d.
Project Professional
Hr
$224.00
0
$0.00
e.
Professional
Hr
$198.00
6
$1,188.00
f.
Senior Staff Professional
Hr
$178.00
45
S8,010.00
g.
Staff Professional
Hr
$154.00
0
$0.00
Subtotal Professional Services
$10,000.00
B.
Technical/Administrative Services
a.
Site Manager/Construction Manager
Hr
$142.00
0
$0.00
b.
Senior Engineering Technician
Hr
$99.00
0
$0.00
c.
Engineering Technician
Hr
$83.00
0
$0.00
d.
Senior Designer
Hr
$190.00
4
$760.00
e.
Designer
Hr
$160.00
0
$0.00
f. Senior Drafter/Senior CADD Operator
Hr
$145.00
0
$0.00
g.
Project Administrator
Hr
$85.00
1
$85.00
h.
Clerical
Hr
$65.00
1
$65.00
Subtotal Technical/Administrative Services
$910.00
C.
Indirect Expenses
a.
Subcontractor Services - Earth Tech
Each
$28,145.00
1.12
$31,522.40
Subcontractor Services
$31,522.40
D.
Direct Expenses
a.
Lodging
Da
$150.00
3
$450.00
b.
Per Diem
Da
$55.00
3
$165.00
c.
Communications Fee
3% Labor
$0.03
$10,910
$327.30
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
0
$0.00
g.
CADD Drawings
Each
$3.00
3
$9.00
Subtotal Reimbursables
$1,611.30
TOTAL ESTIMATED BUDGET: PHASE 6
$44,043.70
Table 7
BUDGET ESTIMATE
PHASE 2 - LINER INSTALLATION FOR CELL 3 CONSTRUCTION
CLASS I LANDFILL - SEGMENT 3 EXPANSION
INDIAN RIVER COUNTY, FLORIDA
PHASE 7: FINANCIAL ASSURANCE COST ESTIMATE
ITEM
BASIS
RATE
QUANTITY
ESTIMATED
COST
A.
Professional Services
a.
Senior Principal
Hr
$294.00
4
$1,176.00
b.
Principal
Hr
$274.00
0
$0.00
c.
Senior Professional
Hr
$254.00
0
$0.00
d.
Project Professional
Hr
$224.00
0
$0.00
e.
Professional
Hr
$198.00
8
$1,584.00
f.
Senior Staff Professional
Hr
$178.00
24
$4,272.00
g.
Staff Professional
Hr
$154.00
0
$0.00
Subtotal Professional Services
$7,032.00
B.
Technical/Administrative Services
a.
Site Manager/Construction Manager Hr
$142.00
0
$0.00
b.
Senior Engineering Technician
Hr
$99.00
0
$0.00
c.
Engineering Technician
Hr
$83.00
0
$0.00
d.
Senior Designer
Hr
$190.00
8
$1,520.00
e.
Designer
Hr
$160.00
0
$0.00
f. Senior Drafter/Senior CADD Operator
Hr
$145.00
0
$0.00
g.
Project Administrator
Hr
$85.00
2
$170.00
h.
Clerical
Hr
$65.00
0
$0.00
Subtotal Technical/Administrative Services
$1,690.00
C.
Indirect Expenses
a.
Subcontractor Services
Each
$0.00
1.12
$0.00
Subcontractor Services
$0.00
D.
Direct Expenses
a.
Lodging
Da
$150.00
0
$0.00
b.
Per Diem
Da
$55.00
0
$0.00
c.
Communications Fee
3% Labor
$0.03
$8,722
$261.66
d.
CADD Computer System
Hr
$15.00
8
$120.00
e.
Vehicle Rental & Fuel
Da
$150.00
0
$0.00
f.
8"x11" Photocopies
Each
$0.09
0
$0.00
g.CADD
Drawings
Each
$3.00
0
$0.00
Subtotal Reimbursables
$381.66
TOTAL ESTIMATED BUDGET: PHASE 7
$9.103.66
Table 8
BUDGET ESTIMATE
PHASE 2 - LINER INSTALLATION FOR CELL 3 CONSTRUCTION
CLASS I LANDFILL - SEGMENT 3 EXPANSION
INDIAN RIVER COUNTY, FLORIDA
PHASE 8: MISCELLANEOUS ENGINEERING SUPPORT SERVICES
ITEM
BASIS
RATE
QUANTITY
ESTIMATED
COST
A.
Professional Services
a. Senior Principal
Hr
$294.00
16
$4,704.00
b. Principal
Hr
$274.00
0
$0.00
c. Senior Professional
Hr
$254.00
0
$0.00
d. Project Professional
Hr
$224.00
0
$0.00
e. Professional
Hr
$198.00
60
$11,880.00
f. Senior Staff Professional
Hr
$178.00
30
$5,340.00
g. Staff Professional
Hr
$154.00
0
$0.00
Subtotal Professional Services
$21,924.00
B.
Technical/Administrative Services
a. Site Manager/Construction Manager Hr
$142.00
0
$0.00
b. Senior Engineering Technician
Hr
$99.00
0
$0.00
c. Engineering Technician
Hr
$83.00
0
$0.00
d. Senior Designer
Hr
$190.00
40
$7,600.00
e. Designer
Hr
$160.00
20
$3,200.00
f. Senior Drafter/Senior CADD Operator
Hr
$145.00
0
$0.00
g. Project Administrator
Hr
$85.00
0
$0.00
h. Clerical
Hr
$65.00
6
$390.00
Subtotal Technical/Administrative Services
$11,190.00
C.
Indirect Expenses
a. Subcontractor Services
Each
$0.00 1
1.12
$0.00
Subcontractor Services
$0.00
D.
Direct Expenses
a. Lodging
Da
$150.00
2
$300.00
b. Per Diem
Da
$55.00
2
$110.00
c. Communications Fee
3% Labor
$0.03
$33,114
$993.42
d. CADD Computer System
Hr
$15.00
60
$900.00
e. Vehicle Rental & Fuel
Da
$150.00
2
$300.00
f. 8"x11"Photocopies
Each
$0.09
50
$4.50
g. CADD Drawings
Each
$3.00
30
$90.00
Subtotal Reimbursables
$2,697.92
TOTAL ESTIMATED BUDGET: PHASE 8
$35 811.92