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