HomeMy WebLinkAbout2011-007 C � I1 / IC
AMENDMENT NUMBER 1 TO WORK ORDER NUMBER 14 Q0
This Amendment 1 to Work Order Number 14 is entered into as of this I I day
of January , 201 � " Effective Date " ) 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 . ( " Consultant" ) .
1 . The District has selected the Consultant to perform the professional services
set forth in existing Work Order Number 14, Effective Date January 12, 2010 .
2 . The District and the Consultant desire to amend this Work Order as set forth
on Exhibit A 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 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 .
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 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 Amendment to
Work Order as of the date first written above .
CONSULTANT: INDIAN RIVER COUNTY SOLID
Camp Dresser & cKee Inc . WASTE DISPOSAL DISTRICT
By : BywZ
Eric J . rotke, P . E . , BCEE Bob Solari , . Chairmarr
Title : Principal Attest: J . K . Barton, C1erk. ofpCeurt
B -
Y
Deputy Clerr. -
proved : ;
� J
J ph A . rird, County Ad;- for
A rovedf a legal sufficiency :
Assistant County Attorney
j13026 Amendment No. 1 .doc
. ' . k
AMENDMENT NUMBER 1 TO WORK ORDER NUMBER 14
This Amendment 1 to Work Order Number 14 is entered into as of this 1]. day
of January , 201 J " Effective Date " ) 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 . ( " Consultant" ) .
1 . The District has selected the Consultant to perform the professional services
set forth in existing Work Order Number 14, Effective Date January 12, 2010 .
2 . The District and the Consultant desire to amend this Work Order as set forth
on Exhibit A 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 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 .
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 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 Amendment to
Work Order as of the date first written above .
CONSULTANT. INDIAN RIVER COUNTY SOLID
Camp Dresser & ncKee Inc . WASTE DISPOSAL DISTRICT
By : By _ ca..:ice+•• �• •_•
Eric J . rotke, P . E . , BCEE Bob Solari , Chairmary-
Title : Principal Attest : J . K . Barton, Clerk of C e-urt
'1
E
Y
Deputy Clerk
proved : is
J ph A . B ird, County Administt' ator
rE
A roved as to foxrr ; ajegal sufficiency :
7 •
s
Assistant County Attorney
j13026 Amendment No . 1 . doc
EXHIBIT A
SCOPE OF PROFESSIONAL SERVICES
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEERING SERVICES FOR
ANNUAL PERMITTING SERVICES
WORK ORDER NO . 14
AMENDMENT NO . 1
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 . Camp
Dresser & McKee Inc . (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 2009=10
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 2009-2010 .
CDM will prepare a report setting forth the full cost of solid waste management for Fiscal Year
2009-2010 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
2009-2010 .
CDM will provide a draft report and public disclosure notice to SWDD by March 15, 2011
assuming receipt of all data required to perform the study by March 1 , 2011 . 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 .
A-1 j13026 . docx
EXHIBIT A
SCOPE OF PROFESSIONAL SERVICES
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEERING SERVICES FOR
ANNUAL PERMITTING SERVICES
WORK ORDER NO . 14
AMENDMENT NO . 1
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 . Camp
Dresser & McKee Inc . (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 2009=10
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 2009-2010 .
CDM will prepare a report setting forth the full cost of solid waste management for Fiscal Year
2009-2010 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
2009-2010 .
CDM will provide a draft report and public disclosure notice to SWDD by March 15, 2011
assuming receipt of all data required to perform the study by March 1 , 2011 . 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 .
A-1 j13026 . docx
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 . Republic Services will begin
operating the IRC Landfill (Class I and C & D debris landfills) beginning in January 2011 . SWDD
is required by Chapter 62-701 , F . A . C . 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. Four copies of the final document will be provided to SWDD .
CDM will meet with SWDD up to four 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 14nch = 50 feet scale contour map for each site with 1 -foot contour intervals in regular weight
lines, and 5400t contour intervals in bold weight lines . Signed and sealed contour maps will be
provided on 244nch by 364nch paper of each landfill site in 14nch = 200 feet scale . A Compact
Disk (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 2010-2011 , as well as escrow account budget
recommendations for Fiscal Year 2011 -2012 .
A-2 jl3026 .docx
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 . Republic Services will begin
operating the IRC Landfill (Class I and C & D debris landfills) beginning in January 2011 . SWDD
is required by Chapter 62-701 , F . A . C . 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. Four copies of the final document will be provided to SWDD .
CDM will meet with SWDD up to four 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 14nch = 50 feet scale contour map for each site with 1 -foot contour intervals in regular weight
lines, and 5400t contour intervals in bold weight lines . Signed and sealed contour maps will be
provided on 244nch by 364nch paper of each landfill site in 14nch = 200 feet scale . A Compact
Disk (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 2010-2011 , as well as escrow account budget
recommendations for Fiscal Year 2011 -2012 .
A-2 jl3026 .docx
EXHIBIT B
PROJECT BUDGET
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEERING SERVICES FOR
ANNUAL PERMITTING SERVICES
WORK ORDER N0 . 14
AMENDMENT NO . 1
PROJECT : Indian River County SWDD Annual Permitting Services
DESCRIPTION : Task 1 . 0 - Preparation of Full Cost of Solid Waste Management Report
and Public Disclosure Notice
CONTRACT
REFERENCE : Agreement between the Indian River County Board of County
Commissioners and Camp Dresser & McKee Inc .
Labor Categ_gly Hours Rate Total
Officer 2 $200 $400
Associate 3 $190 $570
Principal 16 $180 $2,880
Professional II 20 $130 $2, 600
Professional I 20 $100 $ 2, 000
Senior Support 10 $110 $1 , 100
Project Administration 2 $ 75 150
Total Hours 73
Total Salary Cost $9, 700
Other Direct Costs 500
TOTAL LUMP SUM FEE $101.200
For the basic services under this Agreement, IRC SWDD agrees to pay the Consultant a lump
sum fee $10 ,200 . Partial payments will be made on a monthly basis in accordance with the
referenced contract.
13-1 j13026 . docx
EXHIBIT B
PROJECT BUDGET
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEERING SERVICES FOR
ANNUAL PERMITTING SERVICES
WORK ORDER N0 . 14
AMENDMENT NO . 1
PROJECT : Indian River County SWDD Annual Permitting Services
DESCRIPTION : Task 1 . 0 - Preparation of Full Cost of Solid Waste Management Report
and Public Disclosure Notice
CONTRACT
REFERENCE : Agreement between the Indian River County Board of County
Commissioners and Camp Dresser & McKee Inc .
Labor Categ_gly Hours Rate Total
Officer 2 $200 $400
Associate 3 $190 $570
Principal 16 $180 $2,880
Professional II 20 $130 $2, 600
Professional I 20 $100 $ 2, 000
Senior Support 10 $110 $1 , 100
Project Administration 2 $ 75 150
Total Hours 73
Total Salary Cost $9, 700
Other Direct Costs 500
TOTAL LUMP SUM FEE $101.200
For the basic services under this Agreement, IRC SWDD agrees to pay the Consultant a lump
sum fee $10 ,200 . Partial payments will be made on a monthly basis in accordance with the
referenced contract.
13-1 j13026 . docx
EXHIBIT B
PROJECT BUDGET
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEERING SERVICES FOR
ANNUAL PERMITTING SERVICES
WORK ORDER NO . 14
AMENDMENT NO . 1
PROJECT : Indian River County SWDD Annual Permitting Services
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 II 60 $120 $ 7,200
Professional 1 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 & Taylor, $12,900
Inc .
Other Direct Costs $1 , 200
'OTAL LUMP SUM FEE $MWOO.
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 .
13-2 j13026 . docx
EXHIBIT B
PROJECT BUDGET
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEERING SERVICES FOR
ANNUAL PERMITTING SERVICES
WORK ORDER NO . 14
AMENDMENT NO . 1
PROJECT : Indian River County SWDD Annual Permitting Services
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 II 60 $120 $ 7,200
Professional 1 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 & Taylor, $12,900
Inc .
Other Direct Costs $1 , 200
'OTAL LUMP SUM FEE $MWOO.
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 .
13-2 j13026 . docx
EXHIBIT C
PROJECT SCHEDULE
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEERING SERVICES FOR
ANNUAL PERMITTING SERVICES
WORK ORDER NO . 14
AMENDMENT NO . 1
SCHEDULE
Task Completion Date
1 . 0 Full Cost Accounting Report March 31 , 2011
2 . 1 Financial Assurance Report November 1 , 2011
2 . 2 Site Survey April 15, 2011
C-1 j13026 . docx
EXHIBIT C
PROJECT SCHEDULE
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEERING SERVICES FOR
ANNUAL PERMITTING SERVICES
WORK ORDER NO . 14
AMENDMENT NO . 1
SCHEDULE
Task Completion Date
1 . 0 Full Cost Accounting Report March 31 , 2011
2 . 1 Financial Assurance Report November 1 , 2011
2 . 2 Site Survey April 15, 2011
C-1 j13026 . docx
C � I1 / IC
AMENDMENT NUMBER 1 TO WORK ORDER NUMBER 14 Q0
This Amendment 1 to Work Order Number 14 is entered into as of this I I day
of January , 201 � " Effective Date " ) 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 . ( " Consultant" ) .
1 . The District has selected the Consultant to perform the professional services
set forth in existing Work Order Number 14, Effective Date January 12, 2010 .
2 . The District and the Consultant desire to amend this Work Order as set forth
on Exhibit A 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 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 .
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 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 Amendment to
Work Order as of the date first written above .
CONSULTANT: INDIAN RIVER COUNTY SOLID
Camp Dresser & cKee Inc . WASTE DISPOSAL DISTRICT
By : BywZ
Eric J . rotke, P . E . , BCEE Bob Solari , . Chairmarr
Title : Principal Attest: J . K . Barton, C1erk. ofpCeurt
B -
Y
Deputy Clerr. -
proved : ;
� J
J ph A . rird, County Ad;- for
A rovedf a legal sufficiency :
Assistant County Attorney
j13026 Amendment No. 1 .doc