HomeMy WebLinkAbout2006-053 itsv
ORIGINAL
=2o D6 - 653
WORK ORDER NUMBER 5
This Work Order Number 5 is entered into as of this day of 2006
pursuant to that certain Continuing Contract Agreement for Professional Services entered into
as of August 10, 2004 (" Agreement" ), by and between Indian River County Solid Waste
Disposal District, a dependent special district of Indian River County, Florida, whose address is
c/ o Indian River County Utilities Department, 1840 25th Street, Vero Beach, Florida 32960
("SWDD" ) and Camp Dresser & McKee Inc. (" Consultant" ) .
The SWDD has selected the Consultant to perform the professional services set forth on
Attachment A, attached to this Work Order and made part hereof by this reference. The
professional services will be performed by the Consultant for the fee schedule set forth in
Attachment B, attached to this Work Order and made a part hereof by this reference . The
Consultant will perform the professional services within the timeframe more particularly set
forth in Attachment C, attached to this Work Order and made a part hereof by this reference all
in accordance with the terms and provisions set forth in the Agreement. Pursuant to paragraph
1 .4 of the Agreement, nothing contained in any Work Order shall conflict with the terms of the
Agreement and the terms of the Agreement shall be deemed to be incorporated in each
individual Work Order as if fully set forth herein.
IN WITNESS WHEREOF, the parties hereto have executed this Work Order as of the
date first written above .
CONSULTANT INDIAN RIVER CO TY
Camp esser & McKee Inc. SO WASTED OS L DISTRICT
_ B J
By: Arthur R., Neii er er`;°Chairm
lex H. Makled, P.E., DEE BCC,, A""p{�roveY° ary 1 2006
� ti tr r
Senior Vice President Attest,j Barton, Clerkbf� ourt
a ryyCr � ' r �y
By �`: � &d w—P
Deputy CJrI t t/r ' p
\IN
'e� .� • i ;.t at A ' •• �C'
Approved: ° •
J eph A. Baird, County Administrator
roved as to form and legal sufficiency :
ian . Fell t ounty Atto ey
IndianBiverCo. Approved Date
SWDD DIR. a, 9 Oho
BUDGET _
LEGAL
RISK MGR.
mh2325.doc
ADPdIPi.
ATTACHMENT A
SCOPE OF PROFESSIONAL SERVICES
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEERING SERVICES FOR
ANNUAL PERMITTING SERVICES - 2006
PROJECT UNDERSTANDING
Each year Indian River County (IRC) Solid Waste Disposal District (SWDD) is required to
document environmental compliance in accordance with several different permits. CDM assists
SWDD with some of these submittals to the Florida Department of Environmental Protection
(FDEP) each year . In addition to an assignment involving converting of the construction
Environmental Resource Permit (ERP) to an operations permit, the entire stormwater system
will be reviewed to determine compliance with the permit documents and the engineer will
certify the system as being complete.
This project is to provide permitting services which are required including:
■ Task 1 .0 - Full Cost Accounting
o Task 2.0 - Financial Assurance
■ Task 3 .0 - General Technical Assistance
CDM will coordinate with the SWDD in order to provide timely execution of each portion of
this project.
TASK 1.0 - FULL COST ACCOUNTING STUDY AND REPORT FOR FISCAL YEAR 2004-05
Under provisions of Chapter 62-708 .300(3), Florida Administrative Code (FAC), IRC SWDD is
required to determine and publicly disclose the full cost of solid waste management within its
service area for Fiscal Year 2004-2005 .
CDM will prepare a report setting forth the full cost of solid waste management for Fiscal Year
2004-2005 in accordance with the requirements of Chapter 62-708, FAC. CDM will also prepare
a draft public notice based on the full cost of solid waste management in SWDD for Fiscal Year
2004-2005.
CDM will provide a draft report and public disclosure notice to SWDD by March 23, 2005
assuming receipt of all data required to perform the study by March 12, 2005 .
After receipt of comments, CDM will submit the final report and public disclosure notice within
7 calendar days . SWDD is required to advertise this public disclosure notice in a local
newspaper by the end of March.
TASK 2.0 - FINANCIAL ASSURANCE
SWDD operates a Class I landfill through a contract with Waste Management Inc . and operates
a Construction and Demolition (C&D) Debris Landfill facility . The permitted Waste Tire
A-1 mn225.aoc
Processing facility was removed from the facility permit in the permit renewal process. SWDD
is required by Chapter 62-701, FAC to provide financial assurance for each of these facilities
annually .
Task 2. 1 - Financial Assurance Report
CDM will prepare documentation that demonstrates proof of financial assurance for the cost of
closing and providing long-term care for the Class I Landfill, the C&D Debris Landfill, and the
Waste Tire Processing center. This documentation will be submitted for review by the SWDD
and IRC Finance Department. Six copies of the final document will be provided to SWDD. CDM
will meet with SWDD up to six times to discuss issues and to provide needed coordination.
CDM will also respond to FDEP correspondence regarding financial assurance.
Task 2.2 - Survey and Airspace Assessment
CDM will provide surveys and assessments of consumed airspace, performed by Erdman
Anthony of Florida, Inc. for the Class I and C&D Landfills. The survey work for the Class I
waste area will include a complete topographic survey of the "Infill" , the entire Segment I cell,
as well as the ditches and roadways surrounding the Class I area. The topographic survey of the
C&D Landfill site will include the waste area, as well as the fence-line and the surrounding
ditches and berms adjacent to the C&D site and the C&D expansion area. CDM will review the
volumetric modeling and include a summary of estimated waste density based on the results of
the survey and volumetric modeling.
The deliverable from Erdman Anthony of Florida, Inc. will consist of a survey report identifying
the dates the field survey was completed. Airspace consumed and remaining airspace based on
construction and design criteria shall be specifically identified. The survey report shall also
include the results of the volumetric calculations for the Segment II portions of the Class I
landfill, as well as the C&D Landfill and the new C&D expansion area. Deliverables
accompanying the report shall include:
A 1-inch = 100 feet scale contour map for each site with 1-foot contour intervals in regular
weight lines, and 5-foot contour intervals in bold weight lines. Signed and sealed contour maps
will be provided on 24-inch by 36-inch paper of each landfill site in 1-inch = 200 feet scale. A
diskette or CD with ASCII file of the survey data in AutoCAD 2004 will also be provided.
For the Class I Landfill, the report shall include an evaluation of the compaction of the waste
and an analysis as to whether Waste Management Inc. is meeting its contractual compaction
requirements. For the C&D site, an evaluation of footprint and side slopes shall be provided,
with an analysis as to whether the site is being operated and constructed in accordance with the
permitted design. CDM will include escrow account balance recommendations for Fiscal Year
2005-2006, as well as escrow account budget recommendations for Fiscal Year 2006-2007.
TASK 3.0 - GENERAL TECHNICAL ASSISTANCE
CDM will provide general technical assistance to IRC SWDD staff on an as needed basis. SWDD
staff are performing a number of the tasks required annually by the current FDEP Landfill
permits. CDM will provide support as needed for the SWDD staff as they perform these tasks .
Each task will be authorized and documented up to the budgeted amount for this task. General
technical assistance tasks may include review of compliance reports, attendance of meetings
with regulatory agencies, and attendance of miscellaneous meetings and workshops .
A-2 mh2325 doc
ATTACHMENT B-1
PROJECT BUDGET
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEERING SERVICES FOR
ANNUAL PERMITTING SERVICES - 2006
PROJECT: Indian River County SWDD Annual Permitting Services - 2006
DESCRIPTION: Task 1 .0 - Preparation of Full Cost of Solid Waste Management Report
and Public Disclosure Notice for Fiscal Year 2004/ 2005
CONTRACT
REFERENCE: Agreement between the Indian River County Board of County
Commissioners and Camp Dresser & McKee Inc .
Labor Category Hours Rate Total
Officer 2 $160 $320
Associate/ Principal (ENEV-7/ 8) 6 $140 $840
Engineer (ENEV-5/ 6) 16 $120 $1 ,920
Engineer (ENEV-1 / 2) 24 $90 $2,160
Senior Support 10 $90 $900
Project Administration 2 $65 $1_30
Total Hours 60
Total Salary Cost $6270
Other Direct Costs $450
TOTAL LUMP SUM FEE X720
For the basic services under this Agreement, IRC SWDD agrees to pay the Consultant a lump
sum fee $6,720. Partial payments will be made on a monthly basis in accordance with the
referenced contract.
B-1 mh2325.doc
ATTACHMENT B-2
PROJECT BUDGET
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEERING SERVICES FOR
ANNUAL PERMITTING SERVICES - 2006
PROJECT: Indian River County SWDD Annual Permitting Services - 2006
DESCRIPTION: Task 2.1 - Preparation of Financial Assurance Report
Task 2.2 - Survey and Airspace Assessment
CONTRACT
REFERENCE: Agreement between the Indian River County Board of County
Commissioners and Camp Dresser & McKee Inc.
Labor Category Hours Rate Total
Officer 6 $160 $960
Associate/ Principal (ENEV-7/ 8) 12 $140 $1 ,680
Engineer (ENEV-5/ 6) 12 $120 $1 ,440
Engineer (ENEV-3/ 4) 44 $100 $4,400
Engineer (ENEV-1/ 2) 48 $90 $4,320
Senior Support 8 $90 $720
Staff Support 10 $75 $750
Project Administration 6 $65 390
Total Hours 146
Total Salary Cost $14,660
Outside Professionals - Erdman Anthony Allowance $17,200
Other Direct Costs $1 ,000
TOTAL LUMP SUM FEE 32 860
For the basic services under this Agreement, IRC SWDD agrees to pay the Consultant a lump
sum fee of $32,860 . Partial payments will be made on a monthly basis in accordance with the
referenced contract.
B-2 mh2325 doc
ATTACHMENT B-3
PROJECT BUDGET
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEERING SERVICES FOR
ANNUAL PERMITTING SERVICES - 2006
PROJECT
DESCRIPTION: Task 3 - General Technical Assistance
CONTRACT
REFERENCE: Agreement between the Indian River County Board of County
Commissioners and Camp Dresser & McKee Inc.
Labor Category Hours Rate Total
Officer 16 $160 $2,560
Associate/ Principal (ENEV-7/ 8) 32 $140 $4,480
Engineer (ENEV-5/ 6) 56 $120 $6,720
Engineer (ENEV-1 / 2) 172 $90 $15,480
Senior Support 60 $90 $5,400
Staff Support 32 $75 $2,400
Project Administration 8 $65 $520
Total Hours 376
Total Salary Cost $37,560
Other Direct Costs $2,460
Total Estimated Fee 40 000
For the basic services under this Agreement, IRC SWDD agrees to pay the Consultant a fee not
to exceed of $40,000 . Partial payments will be made on a monthly basis in accordance with the
referenced contract.
B-3 mn2325 doc
ATTACHMENT C
PROJECT SCHEDULE
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEERING SERVICES FOR
ANNUAL PERMITTING SERVICES 2006
SCHEDULE
Task Completion Date
1 .0 Full Cost Accounting Report March 31, 2006
2.1 Financial Assurance Report September 1, 2006
2.2 Site Survey February 1, 2006
3 .0 General Technical Assistance on going
C-1 mh2325 doc
ERDMAN
ANTHONY
Via FFcty 772 231 -4332
December 14, 2005
Mr. Kevin Vann
Camp Dresser & McKee , Inc .
1701 Highway A- 1 - A , Suite 301
Vero Beach , FL 32963
SUBJECT : Aerial Mapping and Ground Control Survey
Indian River County Landfill
Dear Mr. Vann :
Erdman Anthony of Florida, Inc . (Erdman Anthony) is pleased to provide professional services for the
above project per your request.
1 . Perform three dimensional (3d) mapping from new aerial photography. This mapping is to be
completed in AutoCAD 2004 format as one file at a scale of I - inch= 100- feet with 1 foot contours .
The mapping will be completed for three areas , Segment I . Segment II and the C & D area .
2 . Ground survey to complete a control survey to orientate the aerial photography.
3 . Provide volumetric calculations comparing current mapped areas against a digital terrain model
(DTM) that is to be supplied by CDM
Erdman Anthony' s total compensation for the professional services outlined above will be a lump sum
amount of Seventeen Thousand Two Hundred Dollars ($17,200).
Fmpfurrr On 'ntd — Qwdin DIirrn
1402 Royal Palm Beach Boulevard, Building 500. Royal Palm Beach. FL 33411
7l)V "Telephone 561 753 9723 : Facsimile 561 753 9724
uux'. erdnuulmuhom . c �ir1
10. 1 P01 B (01 /() 1 /05 )
Mr. Kevin Vann
Aerial IN/lapping and Ground Control Survey
December 14 , 2005
Page 2 of 2
This proposal is valid only if signed on or before December 30, 2005 . Two sets of documents are
provided for your use . We appreciate the opportunity to provide this proposal to you . If you should have
any questions , please do not hesitate to contact me at ( 56 1 ) 753 -9723 .
Very truly yours ,
Erdman Anthony of Florida, Inc .
Br�n A . Werritt, PLS
Principal Associate
BAM/
Enclosures
2005 , Erdman , Anthony and Associates , Inc.
ERDMAN
ANTHONY