Loading...
HomeMy WebLinkAbout2014-017WORK ORDER NUMBER 9 Annual Permitting Services 2014 apflao <V /s 0.7 ao/(h_o17 This Work Order Number 9 is entered into as of this 11 day of February , 2014 pursuant to that certain Continuing Contract Agreement for Professional Services entered into as of December 6, 2011 (the "Agreement"), by and between INDIAN RIVER COUNTY, a political subdivision of the State of Florida ("COUNTY") and CDM Smith, Inc. ('Consultant"). The COUNTY has selected the Consultant to perform the professional services set forth on Exhibit A (Scope of Work), 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 (Fee Schedule), 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 Exhibit C (Time Schedule), 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: CDM Smith, Inc. 1 By: Title: V 1th bed By: 11N�•h•• BOARD OF COUNTY COMMISSIONERS 15071.P. OF INDIAN RIVER COUNTY fcf• '•.• Peter D. O'Bryan, Chalrma BCC Approved Date: Attest: Jeffrey R. Smi , CIS, sof Cour B February 11, 2014 troller Approved uty Clerk Approved as to form and legal sufficiency: seph A Baird, County Administrator an T. Reingold, County Attorney CDIVI Smeth 1701 Highway A -1-A, Suite 301 Vero Beach, Florida 32963 tel: +1 772 231-4301 fax: +1 772 231-4332 cdmsmith.com January 13, 2014 Mr. Himanshu H. Mehta, P.E. Managing Director Indian River County Solid Waste Disposal District 1325 74th Avenue SW Vero Beach, Florida 32960 Subject: Assistance for the Calendar Year 2014 Indian River County Solid Waste Disposal District CDM Smith Work Order No. 9 Dear Mr. Mehta: Transmitted herewith are three copies of Work Order No. 9 for the above referenced project. This project is to provide selected permitting services, which are required each year by the Florida Department of Environmental Protection permits during 2014. The services in this proposal include full cost accounting and financial assurance. The Scope of Services, Project Budget, and Project Schedule are provided herewith as Exhibits A, 8, and C, respectively. We look forward to the opportunity to assist SWDD in performing this project. If you have any questions or require additional information, please call me at your convenience. Sincerely, Approved by: Kevin N. Vann, P.E., BCEE Senior Project Manager CDM Smith Inc KNV/EJG/JJ Enclosures (3) File 0000-EJGMK-MG,IRC cc: Vincent Burke, IRC Eric } Grotke, P.E., BCEE Vice President CDM Smith Inc. JJ1380_W09.do x WATER + ENVIRONMENT + TRANSPORTATION + ENERGY + FACILITIES EXHIBIT A SCOPE OF PROFESSIONAL SERVICES INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT ENGINEERING SERVICES FOR ANNUAL PERMITTING SERVICES - 2014 WORK ORDER NO. 9 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 Smith Inc. (CDM Smith) assists SWDD with some of these submittals to the Florida Department of Environmental Protection (FDEP) each year. This project is to provide permitting services which are required including: ■ Task 1.0 - Full Cost Accounting ■ Task 2.0 - Financial Assurance CDM Smith 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 2012-13 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 2012-2013. CDM Smith will prepare a report setting forth the full cost of solid waste management for Fiscal Year 2012-2013 in accordance with the requirements of Chapter 62-708, F.A.C. CDM Smith will also prepare a draft public notice based on the full cost of solid waste management in SWDD for Fiscal Year 2012-2013. CDM Smith will provide a draft report and public disclosure notice to SWDD by March 15, 2014 assuming receipt of all data required to perform the study by March 1, 2014. After receipt of comments, CDM Smith will submit the final report and public disclosure notice within 7 calendar days. SWDD is required to inform the residential and nonresidential users of IRC's solid waste management services area of the user's share of the full cost for solid waste management in accordance with Chapter 403.7049 Florida Statutes. TASK 2.0 - FINANCIAL ASSURANCE SWDD operates a Class I and construction and demolition (C&D) debris landfills through a contract with Republic Services. SWDD is required by Chapter 62-701, F.A.C. to provide financial assurance for each of these facilities annually. A-1 jj1380_W09.docx Subtask 2.1- Financial Assurance Report CDM Smith 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. Two copies of the final document will be provided to SWDD. CDM Smith will meet with SWDD up to four times to discuss issues and to provide needed coordination. CDM Smith will also respond to FDEP correspondence regarding financial assurance. Subtask 2.2 - Survey and Airspace Assessment CDM Smith 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, II, and III as well as the ditches and roadways surrounding the Class I area. The topographic survey of the C&D debris landfill site will include the waste area, as well as the fence -line and the surrounding ditches and berms adjacent to the C&D debris site. CDM Smith will review the volumetric modeling and include a summary of estimated waste density based on the results of the survey and volumetric modeling. Under this subtask, two new aerial targets will be installed to replace those that were demolished due to construction activities. The new aerial targets will consist of concrete pads 3 -inches thick and 4 -inch X 4 -inch square with a set nail and disk in the center to establish horizontal and v 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 debris landfill. 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 Compact Disc (CD) with ASCII file of the survey data in AutoCAD 2004 will also be provided. For the Class I Landfill (Segment I, II, and III), the financial assurance report shall include an evaluation of the compaction of the waste and an analysis as to whether Republic Services is meeting its contractual compaction requirements. CDM Smith will include escrow account balance recommendations for Fiscal Year 2013-2014, as well as escrow account budget recommendations for Fiscal Year 2014-2015. A-2 0380_W09.docx EXHIBIT B PROJECT BUDGET INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT ENGINEERING SERVICES FOR ANNUAL PERMITTING SERVICES - 2014 WORK ORDER NO. 9 PROJECT: Indian River County SWDD Annual Permitting Services - 2014 DESCRIPTION: Task 1.0 - Preparation of Full Cost Accounting of Solid Waste Management Report and Public Disclosure Notice CONTRACT REFERENCE: Agreement between the Indian River County Board of County Commissioners and CDM Smith Inc. Labor Category Officer Associate Principal Senior Professional Professional II Senior Support Project Administration Total Hours Total Salary Cost Other Direct Costs TOTAL LUMP SUM FEE Hours 2 3 12 20 16 10 2 65 Rate $200 $190 $180 $150 $130 $120 $85 Total $400 $570 $2,160 $3,000 $2,080 $1,200 $170 $9,580 Q $10,080 For the basic services under this Agreement, IRC SWDD agrees to pay the Consultant a lump sum fee $10.080. Partial payments will be made on a monthly basis in accordance with the referenced contract. B-1 jj1380_W09.docx PROJECT: DESCRIPTION: CONTRACT REFERENCE: EXHIBIT B PROJECT BUDGET INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT ENGINEERING SERVICES FOR ANNUAL PERMITTING SERVICES - 2014 WORK ORDER NO. 9 Indian River County SWDD Annual Permitting Services - 2014 Task 2.1 Preparation of Financial Assurance Report Task 2.2 - Survey and Airspace Assessment Agreement between the Indian River County Board of County Commissioners and CDM Smith Inc. Labor Category Officer Associate Principal Senior Professional Professional II Senior Support Staff Support Project Administration Total Hours Total Salary Cost Outside Professionals - Masteller, Moler, Reed & Taylor, Inc Other Direct Costs TOTAL LUMP SUM FEE Hours 6 6 6 50 70 8 10 8 164 Rate $200 $190 $180 $150 $130 $120 $85 $85 Total $1,200 $1,140 $1,080 $7,500 $9,100 $960 $850 $680 $22,510 $16,500 $1.200 $40,210 For the basic services under this Agreement, IRC SWDD agrees to pay the Consultant a lump sum fee of $40,210. Partial payments will be made on a monthly basis in accordance with the referenced contract. B-2 jj1380 W09.docx EXHIBIT C PROJECT SCHEDULE INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT ENGINEERING SERVICES FOR ANNUAL PERMITTING SERVICES 2014 SCHEDULE Task 1.0 Full Cost Accounting Report 2.1 Financial Assurance Report 2.2 Site Survey WORK ORDER NO. 9 C-1 Completion Date March 31, 2014 November 1, 2014 April 15, 2014 0.380_W09.docx