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