Loading...
HomeMy WebLinkAbout2007-013 ORIGINAL WORK ORDER NUMBER 8 This Work Order Number 8 is entered into as of this 9t. h day of JamiarTy 2007 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 COUNTY Camp Dresser & cKee Inc. SOLID WASTE DISPOSA DISTRICT By By: Gar . Wheel r Chairs Eric J rotke, P.E., BCEE Jan ary 9 , 267 ; Principal Engineer Attest: J.K. Barton, Clerk?of Court By Deputy Clerk Approved: $Jseph . Baird, County Administrator t � 'A roved as to form and leg ency: /) ran E. Fell, Assi ant County Attorney .,.. .,. . _ '�,_ jb 1042.Doc ATTACHMENT A SCOPE OF PROFESSIONAL SERVICES INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT ENGINEERING SERVICES FOR ANNUAL PERMITTING SERVICES - 2007 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 CDM provides general technical assistance on all projects which arise during the year. This project is to provide permitting services which are required including: ■ Task 1 .0 - Full Cost Accounting ■ Task 2.0 - Financial Assurance 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 2005-06 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 2005-2006. CDM will prepare a report setting forth the full cost of solid waste management for Fiscal Year 2005-2006 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 2005-2006. CDM will provide a draft report and public disclosure notice to SWDD by March 23, 2007 assuming receipt of all data required to perform the study by March 14, 2007. 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. SWDD is required by Chapter 62- 701, FAC to provide financial assurance for each of these facilities annually. A-1 jb1042.doc 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 = 50 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 2006-2007, as well as escrow account budget recommendations for Fiscal Year 2007-2008. A-2 jb1042.dac ATTACHMENT B-1 PROJECT BUDGET INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT ENGINEERING SERVICES FOR ANNUAL PERMITTING SERVICES - 2007 PROJECT: Indian River County SWDD Annual Permitting Services - 2007 DESCRIPTION: Task 1 .0 - Preparation of Full Cost of Solid Waste Management Report and Public Disclosure Notice for Fiscal Year 2005/ 2006 CONTRACT REFERENCE: Agreement between the Indian River County Board of County Commissioners and Camp Dresser & McKee Inc . Labor Cateory Hours Rate Total Officer 2 $160 $320 Associate/ Principal (ENEV-7/ 8) 6 $140 $840 Engineer (ENEV-5/ 6) 18 $120 $2160 Engineer (ENEV-1/ 2) 28 $90 $2520 Senior Support 10 $90 $900 Project Administration 2 $65 $130 Total Hours 66 Total Salary Cost $6870 Other Direct Costs $450 TOTAL LUMP SUM FEE 7 320 For the basic services under this Agreement, IRC SWDD agrees to pay the Consultant a lump sum fee JZ,2LQ. Partial payments will be made on a monthly basis in accordance with the referenced contract. B-1 jb1042Aoc ATTACHMENT B-2 PROJECT BUDGET INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT ENGINEERING SERVICES FOR ANNUAL PERMITTING SERVICES - 2007 PROJECT: Indian River County SWDD Annual Permitting Services - 2007 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 $17680 Engineer (ENEV-5/ 6) 16 $120 $17920 Engineer (ENEV-3/4) 44 $100 $4,400 Engineer (ENEV-1/ 2) 54 $90 $060 Senior Support 8 $90 $720 Staff Support 10 $75 $750 Project Administration 6 $65 $390 Total Hours 156 Total Salary Cost $15,680 Outside Professionals - Erdman Anthony Allowance $13,700 Other Direct Costs $L100 TOTAL LUMP SUM FEE 30 480 For the basic services under this Agreement, IRC SWDD agrees to pay the Consultant a lump sum fee of $30,480. Partial payments will be made on a monthly basis in accordance with the referenced contract. B-2 jo1042 eoo ATTACHMENT C PROJECT SCHEDULE INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT ENGINEERING SERVICES FOR ANNUAL PERMITTING SERVICES 2007 SCHEDULE Task Completion Date 1 .0 Full Cost Accounting Report March 31, 2007 2.1 Financial Assurance Report September 1, 2007 2.2 Site Survey February 1, 2007 C-1 joma2.aoo ERDMAN ANTHONY 1 Via Email VannKN@cdm. com December 13 , 2006 Mr. Kevin Vann Camp Dresser & McKee, Inc. 1701 Highway A- 1 -A, Suite 301 Vero Beach, FL 32963 SUBJECT : Annual Volumetric Analysis 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. Scope ofServices 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 1 -inch=50-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 was completed in 2005 by Erdman Anthony. 4. Color digital orthorectifed photograph of the entire site . 5 . Three color 24x36 plots of the aerial. favurent Mr Prokssional Services Erdman Anthony ' s total compensation for the professional services outlined above will be a lump sum amount of Thirteen Thousand Seven Hundred Dollars ($13, 700). Employee Owned — Quality Driven eTINV 1402 Royal Palm Beach Boulevard, Building 500, Royal Palm Beach, FL 33411 Telephone 561 753 9723 : Facsimile 561 753 9724 www. erdmananthony. com 10.1FOIB (01/01/05) Mr. Kevin Vann Aerial Mapping and Ground Control Survey December 13 , 2006 Page 2 of 2 Acceplance This proposal is valid only if signed on or before February 1 , 2007. We appreciate the opportunity to provide this proposal to you. If you should have any questions , please do not hesitate to contact me at (561 ) 753 -9723 . Very truly yours, Erdman Anthony of Florida, Inc. Bryan A . Merritt, PSM Principal Associate BAM/ Enclosures © 2006, Erdman, Anthony and Associates, Inc. Accepted by: SIGNATURE: NAME (PRINTED): TITLE : DATE : ERDMAN ANTHONY WAI