Loading...
HomeMy WebLinkAbout2008-249e�aa AMENDMENT NUMBER _1TO WORK ORDER NUMBER _16_ q7 This mendment _ �__ to Work Order Number _16_ is entered into as of this _ day of _ __, 2008 ("Effective Date") pursuant to that certain Continuing Contract reement for Professional Services entered into as of August 10, 2004, and amended effective July 24, 2007 (as so amended, the "Agreement"), by and between Indian River County Solid Waste Disposal District, a dependent special district of Indian River County, Florida ("District") and Geosyntec, Inc. ("Consultant"). 1. The District has selected the Consultant to perform the professional services set forth in existing Work Order Number _1.Q_, Effective Date _June 3. 2008 2. The District and the Consultant desire to amend this Work Order as set forth on Exhibit 1 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 1 and within the timeframe more particularly set forth in Exhibit 1, 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 parpgraph 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 ta. be irrcor9prbte4d in each individual Work Order as if fully set forth herein. IN WITNESS WHEREOF, the parties hereto have executed this' amendment to Work Order as of the date first written above. CONSULTANT: Geosyntec, Inc. p Title:_ Vice President INDIAN RIVED -COUNTY WASTE DISPOSAL'&~ , Attest: By 01 Sandra L. Bowden, vcNuky vK-01 F% WD Chairman ;ourt Approved: � Jose pY Baird, County Administrator to form I sufficiency: E. Fell,CAssistant County Attorney Geosyntec" consultants Mr. Himanshu Mehta, P.E. Managing Director Solid Waste Disposal District Indian River County 132574 1h Avenue SW Vero Beach, Florida 32968 EXHIBIT 1 2258 Riverside Avenue Jacksonville, Florida 32204 FH 904.388.8821 FAR 904.388.8163 www.goosyntec.com 11 July 2008 Subject: Addendum No.1 to Work Order No. 16 Proposal for Engineering Services Design, Permitting, and Construction Services for Partial Closure of the Infill Area and Segment 2 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 services related to the design, permitting, and construction of the partial closure of the Infill Area (Infill) and Segment 2 (hereafter referred to as the Project) for the Class I Landfill at the IRC Landfill (IRCL) facility located in Vero Beach, Indian River County, Florida. These services will be in addition to engineering services currently approved under Work Order No. 16, related to the construction procurement for the final closure of Segment 1 of the Class I landfill at IRCL. The proposal presents the scope of work, schedule, and budget estimate for the design, permitting, construction procurement, and construction -phase services for the Project. The proposal was prepared in response to a written request to Geosyntec from the SWDD sent via email on 19 June 2008. Geosyntec has prepared this proposal as Addendum No. 1 to Work Order No. 16 for the Continuing Contract Agreement for Professional Services between IRC SWDD and Geosyntec, dated 10 August 2004, amended on 11 August 2007. The remainder of this proposal presents: (i) project background; (ii) proposed scope of work; (iii) budget estimate; (iv) schedule; and (iv) the assumptions that were used in the development of this proposal. XR08168/JL80186.doc engineers I scientists I innovators .._. <t...�r �v ... x. .. r:4 w�. �.$v.u—.. k#i ♦:bio- .m.. rod$.�,k. .d t c i G�%1YV'.��H i.li:}4�Ti. cf LAS A�k�:{Sa '-.."L4�C"Y�iie bPr['3TGk CIRwn .�. -i.. Mr. Himanshu Mehta 11 July 2008 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 operates both the Class I landfill and Construction and Demolition (C&D) disposal facility at the IRCL facility. The Class I landfill includes Segment 1, Segment 2, and an Infill Area located between Segment 1 and Segment 2. Segment 1 is approximately 20 acres, unlined, and was initially closed in 1990 with a cover system that included & to 124n. thick compacted clay cap. Segment 2, which is approximately 38 acres in total footprint, has a 60 -mil thick high-density polyethylene (HDPE) geomembrane single liner. The Infill Area has: (i) a single composite liner comprised of a 60 - mil thick HDPE geomembrane placed on top of 2 -ft thick compacted clay liner over a 5 -acre area between Segment 1 and Segment 2, and (ii) a 60 -mil thick textured HDPE geomembrane single liner over the 7.5 acres of the eastern side slopes of the closed Segment 1 landfill. Segment 2 sideslopes were capped in 1998 with a 40 -mil LDPE geomembrane and 2 -ft of cover soil to El. 55 ft NGVD. The Infill sideslopes currently are not capped. Leachate from the lined Segment 1 eastern side slopes, Segment 2, and Infill Area is collected through a combination of leachate collection system (LCS) drainage media and HDPE pipes, and conveyed to a pump station located at the northwest corner of Segment 2. The leachate is then transferred through a force main to the West Regional Wastewater Treatment Plant for treatment and disposal. In June 2005, the Florida Department of Environmental Protection (FDEP) issued the SWDD with an expansion permit, under Permit Modification No. SO31-0128769-011, for the disposal of C&D debris over the south and west slopes of the closed Segment 1 landfill using 3 horizontal to 1 vertical (3H:1 V) side slope geometry. The westward top slopes of the C&D expansion would extend to elevation (El.) 129.5 ft National Geodetic Vertical Datum (NGVD) and grade to the east at a 5 percent slope. The Segment 2 and Infill Area were also permitted to have 3H:1 V waste slopes from El. 55 to El. 145 ft NGVD. In August 2006, FDEP issued the SWDD with an expansion permit for placement of C&D debris over the north slope of the closed Segment 1 landfill using 3H:1 V side slope geometry, extending the elevation to approximately 125 ft NGVD, under Permit Modification No. 5031-0128769-013. The C&D debris placement over the slopes of the previously -closed Segment 1 landfill, under the current FDEP Permits, is presently projected to reach final grades by March 2009. In order to improve aesthetics at the IRCL facility, the SWDD has voluntarily elected to place cover soil and sod over portions of the C&D debris that have reached final grades in a "close -as - you -go" manner. In April 2007, the SWDD authorized Geosyntec under Work Order No. 6 to FUTITNTOWETITMe F,,. engineers I scientists I innovators Mr. Himanshu Mehta 11 July 2008 Page 3 design and permit the closure system for the C&D placement on Segment 1 slopes in order to meet the closure requirements of the solid waste regulations. In June 2006, FDEP issued the SWDD with a permit for the vertical expansion that includes the construction of a liner system over the top deck of Segment 1 and raising the final elevation of the entire lined area of the Class I landfill to elevation 185 ft NGVD (Permit Modification No. 5031-0128769-012). This additional permitted capacity extends the life of the Class I landfill until January 2011, based on projected waste acceptance rates. As previously discussed, the current FDEP permits for C&D placement on Segment 1 with 5 percent top deck slopes is projected to reach final grades in March 2009 before the Class I landfill vertical expansion can be constructed. However, the vertical expansion represents the next phase of the scheduled capacity additions to the Class I landfill. Its projected delay due to the decline in the deliveries of C&D debris for landfill disposal, places it on the critical path of the capacity addition schedule. Geosyntec prepared a Minor Modification Permit Application for the reduction in slope of the overlay liner on top of Segment I to expedite construction of the vertical expansion. The application is currently on file with the FDEP and is under review. Also, Geosyntec has begun the construction procurement services for the vertical expansion. On 10 April 2008, an inspection conducted by the FDEP at the IRCL noted the seepage of leachate from the south slope of the Class I landfill. Subsequent inspections also discovered leachate seepage on the north slope of Segment 2. In response to the FDEP's concerns, Waste Management (WM) informed the FDEP that a final cap would be constructed following the completion of the north slope of Segment 2 to El. 95 ft NGVD. On 19 June 2008, the SWDD requested, via email, that Geosyntec submit a proposal to provide engineering services for the construction of the partial closure of the north and south slopes of Segment 2 and the Infill Area to be executed concurrently with the construction of the vertical expansion. This proposal describes services to be provided in fulfillment of that request. PROPOSED SCOPE OF WORK This project includes professional engineering services for design, permitting, and construction of the partial closure of the north and south slopes of the Infill and Segment 2 of the Class I landfill at the IRCL facility. 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. XR08168/JL80186.doc 0110VICu!-s I scientists I innovators Mr. Himanshu Mehta I I July 2008 Page 4 Geosyntec will provide all engineering services necessary to complete the engineering design, permit applications, and address requests for additional information from FDEP related to the closure design. The scope of services also includes construction support services such as preparing construction drawings, construction bid documents, construction management, construction quality assurance (CQA) monitoring and certification services for the partial closure of Segment 2 and Infill side slopes. This proposal has been prepared based on the assumption that Waste Management of Florida (WM), the Class I landfill operator and the proposed general contractor for the vertical expansion construction, will also serve in a similar function for the construction of the partial closure of Segment 2 and the infill of the Class I landfill. For budgeting purposes, the scope of work will be performed in three phases as follows: • Phase 5: Class I Closure Design and Permitting; o Task 5.1: Engineering Design; o Task 5.2: Class I Landfill Closure Permit Application; and o Task 5.3: Response to Regulatory Comments • Phase 6: Construction Procurement Services; o Task 6.1: Preparation of Construction Documents; and o Task 6.2: Construction Cost Estimate. • Phase 7: Construction Support Services for Class I Closure. o Task 7.1: Field CQA Services; o Task 7.2: Construction Management; and o Task 7.3: Resident Engineering. Geosyntec believe that all project management activities required for this project, with the exception of those which are specific to the partial closure of Segment 2 and the Infill, can be fully addressed under the project management task of Work Order No. 16. We have, therefore, eliminated the project management scope of services and budget from this proposal, and addressed the specific closure related issues in the remaining phases of our scope of services. Each of these phases is briefly described below: XR08168/JL80186.doc ez,gineers I scientists I innovators Mr. Himanshu Mehta 11 July 2008 Page 5 Phase 5: Class I Closure Design and Permitting Phase 5 consists of the design, permitting, and construction certification of the closure of the Segment 2 and Infill sideslopes up to El. 95 ft NGVD, divided in the following three tasks, as presented below, Task 5.1: Enzineerinz Design For budgeting purposes this task has been Under this phase, Geosyntec will perform engineering analysis and design for closure of the north and south slopes of Segment 2 and the Infill. Engineering analysis and design will be performed to the extent required in the closure permit application. Geosyntec will review, summarize, and synthesize all relevant previous work for the closure of the Class I sideslopes. Geosyntec will perform the following activities as part of the engineering design: • layout and grading of the sideslopes of Segment 2 and Infill; • specification of components and materials of the final cover system (vegetative layer, cap protective layer, as appropriate); • evaluation of percolation through and liquid head build-up in the final cover system using the hydrologic evaluation of landfill performance (HELP) model; • evaluation of stability and settlement of the final cover system; • design of the final cover drainage system to collect and convey the water that percolates through the vegetative and cap protective layers; • design of the surface water drainage system to collect and convey the storm water runoff from the final cover system to the perimeter toe ditch; • development of typical final cover system details (configuration of the final cover system at the side slope swales, and other details as appropriate) as required for the permit application; • development of a construction quality assurance (CQA) plan; and • development of financial assurance calculations. XR08168/JL80186.doc ��i�;inr�ers I scientists I innovators Mr. Himanshu Mehta 11 July 2008 Page 6 Geosyntec understands some of the above analyses have been performed as part of previous permit applications (C&D expansion and Class I landfill vertical expansion). Geosyntec will utilize to the extent feasible most of this information in order to minimize duplication of efforts. We anticipate that finalizing the partial closure design of Segment 2 will require two progress meetings with the SWDD staff and representatives of WM. To minimize project cost, these meetings will be scheduled to coincide with progress meetings budgeted in Work Order 16 for the vertical expansion. Task 5.2: Closure Plan Permit Application Under Task 5.2, Geosyntec will prepare the Closure Permit Application for closure of Segment 2 and Infill to El. 95 ft NGVD at the IRCL facility. The permit application will include the engineering reports and drawings in support of the permit application in accordance with Chapter 62-701, FAC. Geosyntec will provide four complete copies of the application to FDEP Central District and two copies to SWDD. Activities required for the completion of the permit application not included in other tasks, and activities required for the compilation, reproduction, and distribution of the permit application are included in Task 5.2. For the purpose of this budget estimate, Geosyntec has included a meeting with FDEP and SWDD staff. Task 5.3: Response to Regulatory Comments Geosyntec will provide FDEP with written responses to requests for additional information throughout the course of the permit review process. For the purpose of the budget estimate, Geosyntec has estimated one response is required. Phase 6: Construction Procurement Services Geosyntec will provide the engineering services required for SWDD to construct the closure system for the Segment 2 and Infill sideslopes. It is understood that SWDD will contract the construction services of the closure system to Waste Management (WM), the current contractor for operation of the Class I landfill. As part of this task, Geosyntec will prepare construction documents and a construction cost estimate. Task 6.1: Construction Documents XR08168/JL80186.doc cii�;irleers I scientists I innovators Mr. Himanshu Mehta 11 July 2008 Page 7 Geosyntec will prepare and submit a set of construction drawings for the closure system specified in the Closure Permit Application as part of the vertical expansion construction drawings. The construction drawings will be extracted from the permit drawings and will include sufficient details for construction of the closure system, storm water features, and other related construction activities associated with the closure of the Class I disposal area within Segment 2 and Infill. The construction drawings will include control points along the toes of slopes, 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. Task 6.2: Construction Cost Estimate Geosyntec will also prepare an Engineer's Estimate of Probable Construction Cost and a construction schedule 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 closure system and installation projects. Additionally, Geosyntec will prepare a construction schedule based on Geosyntec's understanding of the Project and experience with similar closure system installation projects. Phase 7: Construction Support Services Geosyntec proposes to perform the construction -related services and provide engineering support associated with construction of the Project under three tasks. These include: (i) Field CQA Services; (ii) Construction Management; and (iii) Resident Engineering, Task 7.1: Field CQA Services Under this task, Geosyntec will provide CQA services during construction of the Project. Quality assurance 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, FAC. The work will be executed by an experienced project team consisting of office managerial staff and on-site CQA representatives. XR09I68/JL80I86.doc t:^n� ineurs I scientists I innovators Mr. Himanshu Mehta 11 July 2008 Page 8 Geosyntec will provide on-site monitoring services for the activities associated with construction of the project. The CQA services will be provided by a CQA Site Manager and Engineering Technicians, as needed. The CQA Site Manager 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. Geosyntec will assign one CQA field personnel for every major construction activity being performed by the Contractor. Any non -conforming or questionable practices observed by Geosyntec will be brought to the attention of the concerned parties for review and correction. Geotechnical Laboratory Services Geosyntec will provide independent geotechnical QA/QC laboratory testing related to the construction. Experienced laboratory technicians will perform the required soils conformance tests in accordance with the test methods described in the Technical Specifications. The test results will be reviewed by the CQA Site Manager. SWDD will be provided with regular updates of the conformance testing activities and results. Summary reports of the laboratory conformance test results will be presented in the certification report. Task 7.2: Construction Mana ement Under this subtask, Geosyntec will provide construction management services throughout the duration of construction. Construction management activities will include conducting a pre - construction meeting with the contractor (WM), preparing a detailed construction schedule using critical path method (CPM) of scheduling for evaluating construction progress, assisting the contractor in identifying critical construction tasks and material procurement activities, providing assistance to the contractor in formulating plans to regain the project schedule in case of unforeseen delays, and verifying quantities and conformance with the plans and specifications. Task 7.3: Resident Engineering Under this subtask, Geosyntec will provide resident engineering support services throughout the duration of construction. Resident engineering support 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 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 XR08168/JL80186.doc en;ineers I scientists I innovators Mr. Himanshu Mehta 11 July 2008 Page 9 documents. Resident engineering support services are expected to include engineers, administrative assistants, CADD operators, and word processors, as needed. Resident engineer support services are budgeted only for the construction period extending beyond that of the vertical expansion. As part of the Resident Engineering task, Geosyntec will prepare a final CQA closure certification report. The closure certification reports 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 closure system 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 CADD format, in order to illustrate the details of construction, any approved design changes, and other relevant information. The final CQA certification report and as -built record drawings will be signed and sealed by a registered professional engineer in the State of Florida. Geosyntec will prepare the report within 30 days of completing the construction activities. Five copies of the final CQA certification report will be submitted to FDEP for approval on behalf of SWDD. An electronic copy of as - built drawings in AutoCAD 2000 format will also be submitted to SWDD. BUDGET ESTIMATE A budget estimate for the scope of work outlined in Phase 1 and Phases 5 through 7 of this proposal is summarized in the following table, and a detailed budget estimate is provided as Attachment 2. The budget estimate does not include permit fees that will be required at the time the permit application is submitted to FDEP. Phase 5 — Class I Closure Design and Permitting $189236 Phase 6 — Construction Procurement Services $139744 Phase 7 — Construction Support Services $90,725 TOTAL $1225705 Geosyntec will not exceed the cost estimate without prior approval and written authorization from SWDD. XR08168/JL80186.doc I scientists I innovators Mr. Himanshu Mehta 11 July 2008 Page 10 SCHEDULE Geosyntec has prepared a schedule for preparing the Closure Permit Application, which is included as Attachment 3. The schedule, as presented, assumes a start date of 14 July 2008, and projects a Permit Application submittal to FDEP on 1 September 2008. Geosyntec has assumed that the required permit will be obtained within two months of submission. Response to FDEP comments will be performed during this two month period. Therefore, it is anticipated that the closure permit for the Project will be issued by 31 October 2008. Geosyntec will proceed with Phase 6: Construction Procurement Services after the Permit Application is submitted to FDEP and will complete the Construction Procurement Package as early as 28 November 2008. Contractor selection and contract award can be completed as early as 1 January 2009. Given a construction start date by February 2009, the Project should be substantially complete by March 2009. A certification of construction completion report submittal and approval by FDEP should be completed by 30 April 2009. Geosyntec will work with SWDD to refine the project schedule and set the milestones necessary to meet the needs of the Project. Throughout the duration of the Project, Geosyntec will work diligently to meet those milestones and the schedule developed for the Project. 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. Associate Attachments XR08168/J L80186.doc ClOgincers I scientists I innovators ATTACHMENT 1 Table 1 BUDGET ESTIMATE DESIGN, PERMITTING & CONSTRUCTION SERVICES INDIAN RIVER COUNTY CLASS I LANDFILL VERTICAL EXPANSION PHASE 5, TASK 1: Engineering Desien 1 Seniora. Principal b. Associate 1 1 Project Engineer Seniore. Engineer ff g. Staff Engineer ©® 1 • Subtotal Professional Servic a. ©mum DD Designer 1-SeniorDD Operator c. DD Operatord. Technical/Administrative Assistant� © 1 • e. Technical Word Processor f Clerical i Subtotal 1 Lodginga. c. 11lot b. Per Diem Communications Fe•1 1 1 �,•� 1 1• 1• 1 CADD Computer ©� 1 e. Vehicle Rental Photocopies g. CADD Drawings �i 1 11 •1 1 1 Subtotal 1 1 1 I f XR08168\JL80186 Geosyntec Consultants Table 2 BUDGET ESTIMATE DESIGN, PERMITTING & CONSTRUCTION SERVICES INDIAN RIVER COUNTY CLASS I LANDFILL VERTICAL EXPANSION PHASE 5, TASK 2: Permit Application ITEM BASIS RATE QUANTITY ESTIMATED BUDGET a. Principal hr $189 0 $0 b. Associate hr $179 12 $2,148 c. Senior Project Engineer hr $168 0 $0 d. Project Engineer hr $125 4 $499 e. Engineer hr $109 0 $0 f. Senior Staff Engineer hr $97 16 $1,548 g. Staff Engineer }� $g 1 0 $0 Subtotal Professional Services $4,195 a. Site Manager/Construction Managerhr $95 0 $0 b. Senior Engineering Technician hr $71 0 $0 c. Engineering Technician hr $55 4 $220 d. Senior CADD Operator hr $113 2 $226 e. Drafter/CADD Operator hr $70 0 $0 f. Technical/Administrative Assistant hr $79 2 $157 g. Technical Word Processor hr $80 2 $161 h. Clerical hr $48 2 $97 Subtotal Technical/Administrative Services $860 a. Lodging day $100 0 $0 b. Per Diem day $21 0 $0 c. Communications Fee 3% labor 0.03 $55055 $152 d. CADD Computer System hr $15 2 $30 e. Vehicle Rental day $150.00 0 $0 f. 8.5"x11" Photocopies each $0.12 100 $12 ;. CADD Photocopies each $3 15 $45 Subtotal Reimbursables $239 XR08168\JL80186 Geosyntec Consultants Table 3 BUDGET ESTIMATE DESIGN, PERMITTING & CONSTRUCTION SERVICES INDIAN RIVER COUNTY CLASS I LANDFILL vERTICAL EXPANSION PHASE 5, TASK 3: Res ITEM to Comments BASIS RATE I QUANTITY I E D BUDGET a. Principal hr $189 0 $0 b. Associate hr $179 2 $358 c. Senior Project Engineer hr $158 p $0 d. Project Engineer hr $125 0 $0 e. Engineer hr $109 0 $0 f. Senior Staff Engineer hr $97 8 $774 g. Staff Engineer hr $81 0 $0 Subtotal Professional Services $1,132 a. Site Manager/Construction Manag b. Senior Engineering Technician c. Engineering Technician d. Senior CADD Operator e. Drafter/CADD Operator f. Technical/Administrative Assistant g. Technical Word Processor h. Clerical hr $95 0 $0 hr $71 0 $0 hr $55 0 $0 hr $113 0 $0 hr $70 0 $0 hr $79 2 $157 hr $80 2 $161 hr $48 2 $97 Subtotal Technical/Administrative Services $414 a. Loagmg day $100 0 $0 b. Per Diem day $21 0 $0 c. Communications Fee 3% labor 0.03 $1,546 $46 d. CADD Computer System hr $15 0 $p e. Vehicle Rental Day $150.00 1 $150 f. 8.5 "x 11 " Photocopies each $0.12 100 $12 g. CADD Photocopies each $3 15 $45 Subtotal Reimbursables $253 XR08168/JL80186 Geosyntec Consultants Table 4 BUDGET ESTIMATE DESIGN, PERMITTING & CONSTRUCTION SERVICES INDIAN RIVER COUNTY CLASS I LANDFILL vERTICAL EXPANSION PHASE 6, TASK 1: Construction Documents Mims a. Principal b. Associate -c. Senior Project Engineer 1 Project Engineer e. Engineer ©�® f Senior Staff Engineer g. Staff Engineer Subtotal Professional Service a. CADD Designer b, Senior CADD Operator c, Drafter/CADD Operator d. Technical/Administrative Assistant e. Technical • 1 Processor© ;1 f Clerical Subtotal i a. Lodging b. Per Diem c. Communications ©moi •1 ',. • CADD Computer®M, .1 e. Vehicle Rental Photocopies g. DD Drawings 1 Subtotal Reimbursables XR08168\JL80186 Geosyntec Consultants Table 5 BUDGET ESTIMATE DESIGN, PERMITTING & CONSTRUCTION SERVICES INDIAN RIVER COUNTY CLASS I LANDFILL VERTICAL EXPANSION PHASE 6 TASK 2: Construction Cost Estimate ITEM BASIS RATE I QUANTITY I ESTIMATED BUDGET a. Principal hr $189 0 $0 b. Associate hr $179 4 $716 c. Senior Project Engineer hr $158 0 $0 d. Project Engineer hr $125 8 $998 e. Engineer hr 1 $109 1 0 $0 f. Senior Staff Engineer hr $97 10 $967 g. Staff Engineer hr $8.1 0 $0 Subtotal Professional Services $2,681 a. CADD Designer hr $115 0 $0 b. Senior CADD Operator hr $113 8 $905 c. Drafter/CADD Operator hr $70 0 $0 d. Technical/Administrative Assistant hr $79 0 $0 e. Technical Word Processor hr $80 6 $482 f Clerical hr $48 0 $0 Subtotal Technical/Administrative Services $1,386 a. Loagmg day $100 0 $0 b. Per Diem day $30 0 $0 c. Communications Fee 3% labor 0.03 $45068 $122 d. CADD Computer System hr $15 8 $120 e. Vehicle Rental day $150.00 0 $0 f. 8.5"x l l " Photocopies each$0.12 20 $2 g. CADD Drawings each $3 6 $18 Subtotal Reimbursables $262 XR08168\JL80186 Geosyntec Consultants Table 6 BUDGET ESTIMATE DESIGN, PERMITTING & CONSTRUCTION SERVICES INDIAN RIVER COUNTY CLASS I LANDFILL VERTICAL EXPANSION PHASE 7, TASK I: Field COA Services XR08168\JL80186 Geosyntec Consultants ESTIMATED BUDGET Principal b. Associate Seniora. c. Project Engineer ®_ . Engineer .. g. Staff Engineer Subtotal Professional i a. Site Manager/Construction Manager 1 i b. Senior Engineering Technician d. Senior CADD Operator e. Drafter/CADD Operator Technical/AdministrativeMAI ®� ' h. Clerical Subtotal Technical/Administrative1 �. 2V ii u1li dry: t a'icoi a. Lodging 1 c. Communications .. I i 1 CADD Computer System f. Geosynthetics Lab Testing g Rental ® • �� �� 1 i�� • 1 �. . • • . k. i "Photocopies .. 1 . XR08168\JL80186 Geosyntec Consultants Table 7 BUDGET ESTIMATE DESIGN, PERMITTING & CONSTRUCTION SERVICES INDIAN RIVER COUNTY CLASS I LANDFILL VERTICAL EXPANSION PHASE 7, TASK 2: Construction Management XR08168\JL80186 Geosyntec Consultants a. Principal ®0 __ .. Associate ------ Project Engineer © 0 '. Project Engineer©�� • •' - Engineerg. ® 0 f Senior Staff Engineer ®�® • . Staff Engineer © 0 Subtotal Professional ServicesimW�� Manager/Construction._ ©�0 b. Senior Engineering Technician©�0 c. Engineering Technician ©�0 . Operator - . • . ®�0 Technical/Administrativeg. ©�0 Technical Word Processor h. Clerical ® ' ; 0� ', • Subtotal ; . Per Diem c. Communications Fee t ... :: d. CADD Computer System e. Vehicle Rental ', ::: I g. CADD Photocopies Subtotal Reimbursables XR08168\JL80186 Geosyntec Consultants Table 8 BUDGET ESTIMATE DESIGN, PERMITTING & CONSTRUCTION SERVICES INDIAN RIVER COUNTY CLASS I LANDFILL VERTICAL EXPANSION PHASE 7, TASK 3: Resident Engineering XR08168\JL80186 Geosyntec Consultants . .. b. Associate, Seniorc. • ®�� 1 • Project Engineer 1 e. Engineer ©®� NZE• © 1 g. Staff Engineer Subtotal Professional Serviees,�, "Am -a. Site Manager/Construction Manager ' • 1 Engineeringc. Technician ©®� • Senior CADD Operator e. DD Operator© • 1 f Technical/Administrative Assistant g. Technical • • Processor® •• h. Clerical Subtotal Technical/Administrative Lodging :' Ia. b. Per Diem c. Communications Fee • DD Computer Rentale. Vehicle � 1 11 •11 g. CADD Photocopies Subtotal =': 1r XR08168\JL80186 Geosyntec Consultants ATTACHMENT 2 PROJECT SCHEDULE c a c m N c m O) m U) w O m L N O U �o zE m IL v c m c 0 y c m a x w �a m L 0 w m v m s m o L an