Loading...
HomeMy WebLinkAbout2010-020l / - It, .. 7 L1{ 0 WORK ORDER NUMBER 14 This Work Order Number 14 is entered into as of this 12 day of January___, 2010 pursuant to that certain Continuing Contract Agreement 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 Camp Dresser & McKee, Inc., a Massachusetts corporation ("Consultant"). The District has selected the Consultant to perform the professional services set forth on Exhibit 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 Exhibit B and within the timeframe more particularly set forth in Exhibit C, 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 WIIFREOF, the parties hereto have executed this Work Order as of the date first written above. CAMP DRESSER & MCKEE INC. By: Eric J. CV)tke, P.E., BCEF Principal Engineer INDIAN RIVER COUNTY SOL. D SAI, SITJCI' By 4 or Peter D, 0' Bryan , ,hairmant Attest: J.K. Barton, Clerk of Court Iiy C2�� �.. Deputy Clerk proved: Joseph A. Laird, County Administrator , Assistant County Attorney ]12s68_doom (/I�1-/ic ( IS .6 EXHIBIT A SCOPE OF PROFESSIONAL SERVICES INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT ENGINEERING SERVICES FOR ANNUAL PERMITTING SERVICES - 2010 PROTECT 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 2008-09 Under provisions of Chapter 62-708.300(3), Florida Administrative Code (F.A.C.), IRC SWDD is required to determine and publicly disclose the full cost of solid waste management within its service area for Fiscal Year 2008-2009. CDM will prepare a report setting forth the full cost of solid waste management for Fiscal Year 2008-2009 in accordance with the requirements of Chapter 62-708, F.A.C. CDM will also prepare a draft public notice based on the full cost of solid waste management in SWDD for Fiscal Year 2008-2009. CDM will provide a draft report and public disclosure notice to SWDD by March 23, 2010, assuming receipt of all data required to perform the study by March 14, 2010. 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, F.A.C. to provide financial assurance for each of these facilities annually. B-1 j12568.docm 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 the 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 Masteller, Moler, Reed & Taylor, 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 Segments I and II 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 Masteller, Moler, Reed & Taylor, Inc. will consist of a survey identifying the dates the field survey was completed. Airspace consumed and remaining airspace based on the survey and the construction and design criteria shall be specifically identified in the financial assurance report. The survey 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 survey 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 CD with ASCII file of the survey data in AutoCAD 2004 will also be provided. For the Class I Landfill (Segment I and II), the financial assurance 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. CDM will include escrow account balance recommendations for Fiscal Year 2009-2010, as well as escrow account budget recommendations for Fiscal Year 2010-2011. B-2 j12568.docm EXHIBIT B PROJECT BUDGET INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT PROJECT: DESCRIPTION: ENGINEERING SERVICES FOR ANNUAL PERMITTING SERVICES - 2010 Indian River County SWDD Annual Permitting Services - 2010 Task 1.0 - Preparation of Full Cost of Solid Waste Management Report and Public Disclosure Notice for Fiscal Year 2008/2009 CONTRACT REFERENCE: Agreement between the Indian River County Board of County Commissioners and Camp Dresser & McKee Inc. Labor Category Hours Rate Total Officer 2 $200 $400 Associate 3 $190 $570 Principal 12 $180 $2,160 Professional Il 16 $130 $2,080 Professional 18 $100 $1,800 Senior Support 10 $110 $1,100 Project Administration 2 $75 150 Total Hours 63 Total Salary Cost $8,260 Other Direct Costs 500 TOTAL LUMP SUM FEE J&760 For the basic services under this Agreement, IRC SWDD agrees to pay the Consultant a lump sum fee 8 760. Partial payments will be made on a monthly basis in accordance with the referenced contract. B-3 j12568.docm EXHIBIT B PROJECT BUDGET INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT ENGINEERING SERVICES FOR ANNUAL PERMITTING SERVICES - 2010 PROJECT: Indian River County SWDD Annual Permitting Services - 2010 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 $200 $1,200 Associate 6 $190 $1,140 Principal 6 $180 $1,080 Professional Il 60 $120 $7,200 Professional 80 $100 $8,000 Senior Support 8 $110 $880 Staff Support 10 $80 $800 Project Administration 8 $75 600 Total Hours 184 Total Salary Cost $20,900 Outside Professionals - Masteller, Moler, Reed & $12,900 Taylor, Inc. Other Direct Costs 1 200 TOTAL LUMP SUM FEE 35 000 For the basic services under this Agreement, IRC SWDD agrees to pay the Consultant a lump sum fee of $35,000. Partial payments will be made on a monthly basis in accordance with the referenced contract. B-4 j12568.docm EXHIBIT C PROJECT SCHEDULE INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT ENGINEERING SERVICES FOR ANNUAL PERMITTING SERVICES 2010 SCHEDULE Task 1.0 Full Cost Accounting Report 2.1 Financial Assurance Report 2.2 Site Survey Completion Date March 31, 2010 October 1, 2010 April 15, 2010 C-1 j12568.docm