Loading...
HomeMy WebLinkAbout2014-048Date: Subject: Scope: Schedule: Fee: INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT CONTRACT FOR SOLID WASTE SERVICES WORK ORDER NUMBER 1 AUTHORIZATION FORM April 8 2014 y --a7- i V 43- .3 Solid Waste Procurement Services A detailed Scope of Work is provided in Exhibit A. To be completed as detailed in the attached Scope of Work. Time -and -materials basis not to exceed $76,090 as detailed in Fee Schedule in Exhibit B. IN WITHNESS WHEREOF, the parties hereto have executed this Work Order as of the date first written above. AUTHORIZATION: CONSULTANT Kessler Consulting, Inc. By: Title: President BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY By: • ♦✓�ti��'`SS'v RS. a :••••: tsps �• • • • •4.% Peter D. O'Bryan, Chairman BCC Approved Date: o• • • April A. 2014 • ..-•=t:9/AN RIVE' Attest: Jeffrey R. Smith, Clerk of Court and Comptrool ' BY' ' ,so Approved: y Clerk hA Joseph A Baird, County Administrator Approved as to form and legal sufficiency: Dylan T. Reingold, County Attorney 14620 N. Nebraska Ave., Bldg. D, Tampa, FL 33613 I Tel: 813.971.8333 I Fax: 813.971.8582 I www.kesconsult.com PM\WORK ORDER 1 Scope kessler consulting inc. innovative waste solutions EXHIBIT A - WORK ORDER NO. 1 SCOPE OF WORK FOR SOLID WASTE PROCUREMENT SERVICES SCOPE OF SERVICES The purpose of this scope is to assist Indian River County (County) in procuring solid waste collection services and to provide additional solid waste technical assistance to the County as requested The County's existing exclusive residential and commercial solid waste collection franchise agreements expire September 30 2015. In addition, several municipalities have expressed interest in joining the County's solid waste collection franchise. This scope of services includes three tasks. Task 1 encompasses the procurement process, award of new franchise agreements, and assistance with the service transition should new service providers or a new service level be selected by the County. Task 2 involves meetings with the five municipalities and developing.a strategy for working cooperatively with them to ensure the future viability of the County's solid waste management system. Task 3 encompasses additional technical services as requested by the County. KCI will work interactively with County staff throughout the entire project. Task 1 Service Procurement County Ordinance (§204.11) specifies the use of a Request for Applications (RFA) process when seeking vendors for a new solid waste franchise. KCI will work with County solid waste, purchasing, and legal staff to ensure the procurement follows these procedures as well as to ensure it meets the needs and objectives of the County. Provided below are the anticipated Task 1 subtasks and activities. Subtask 1.1 Procurement Strategy • Participate in a project kickoff meeting with County staff to discuss and clearly define the County's goals and objectives during the procurement process and in the next franchise agreements. KCI suggests that County legal staff participate in the call to ensure the process utilized complies with County Ordinance. • Discuss with County staff various trends and technologies that might be incorporated into the new franchise agreements, such as weekly solid waste collection universal versus subscription collection service cart -based single stream and other recycling options, radio frequency identification (RFID) tags, Pay -As -You -Throw (PAYT) or variable rate programs, and use of compressed natural gas (CNG) collection vehicles. • Discuss with County and municipal staff the inclusion of the City of Fellsmere and the Towns of Indian River Shores and Orchid in the procurement process, or as parties to the final agreement. • Participate in meetings with the County Administrator, County Commissioners, and municipal staff as appropriate, to discuss the upcoming service procurement, trends, technologies, and service options. 14620 N. Nebraska Ave., Bldg. D, Tampa, FL 33613 I Tel: 813.971.8333 I Fax: 813.971.8582 I www.kesconsult.com PM\WORT: ORDER 1 Scope Scope of Work for Solid Waste Procurement Services 1 3/21/2014 1 Page 2 of 5 • Participate in a Town Hall meeting with County staff, stakeholders and other interested parties to gather public input and discuss service options for inclusion in the RFA • Assist County staff in defining which service options to include in the RFA. Subtask 1.2 - RFA Development • Based on the results of Subtask 1.1, develop the draft RFA including technical specifications, evaluation criteria and price form If the County has a template for an RFA document, KCI will follow this template and incorporate the technical information and language • Develop a draft franchise agreement for inclusion in the RFA. We have found that inclusion of a draft agreement as part of the procurement document helps to minimize the time needed for contract negotiations once vendors are recommended for award of a franchise. • Revise the draft RFA and franchise agreement based on County staff comments. This scope includes up to two rounds of comments. • Prepare a list of potential vendors to be notified when the RFA is published. Subtask 1.3 - Pre -Application Meeting and Addenda Preparation • Provide technical support and assist with responding to questions during a pre -application meeting • Review any written questions or comments received by the County regarding the RFA. • Assist in drafting any necessary addenda in response to questions. Subtask 1.4 - Application Review • Review applications received in response to the RFA document for completeness, ability to meet any specified minimum qualifications, and price. • Prepare a summary sheet of price submissions. • Provide technical support to County staff during review of the applications. • Assist in presenting, as requested, the recommendation for award to County management or the County Commission. Subtask 1.5 - Final Franchise Agreement Negotiation • Assist with finalizing the final franchise agreements with the selected vendors, including participating in meetings and/or calls. • Revise the franchise agreements to reflect services options chosen by the County Commission. • Assist in presenting, as requested, the final franchise agreements to County management or the County Commission. Subtask 1.6 - Service Transition If the County selects a different level of service or service provider, ensuring a smooth transition will be critical to the outcome of the project. The activities needed during the transition period will depend on the outcome of the procurement but may include the following activities. • Participate in transition meetings and calls with County staff, municipal staff, and the franchisee(s). kessler consulting inc. innovative waste solutions PM\WORK ORDER 1 Scope Scope of Work for Solid Waste Procurement Services' 3/21/2014 1 Page 3 of 5 • Assist in developing and monitoring a schedule for meetings/calls and a punchlist for activities leading up to and following the service start date. • Review and provide comments on the incoming franchisees' mobilization plan, and monitor the company's compliance with the plan • Review and provide comments on other items provided by the incoming franchisee(s), such as reporting forms, non -collection notice, and customer outreach materials. • Review and provide comments on the County's public outreach and education plan and materials relating to the transition. Task 2 — Municipal Meetings and Coordination KCI will assist the County in meeting with all five municipalities and developing a strategy for working cooperatively with them to ensure the future viability of the County's solid waste management system. Such assistance might include, but would not be limited to, the following: • Develop a summary sheet of the solid waste services currently provided by the County to the municipalities. • Develop an agenda for meetings with the municipalities that includes, but is not limited to, the benefits of a long-term relationship between the County and municipality, options for formalizing that relationship, waste flow, recycling policies and procedures, County convenience centers, and any concerns the municipalities might have. • Prepare for and participate in meetings with each municipality. For those municipalities that might want to participate in the County's collection procurement, these meetings will be combined with those mentioned in Subtask 1.1 to the extent possible. • Based on the municipal meeting, work with County staff to develop a strategy for formalizing the Tong -term relationships between the County and municipalities. Task 3 — Additional Technical Services KCI will assist the County with other solid waste technical services as requested. Such assistance might include, but would not be limited to, the following: • Developing a strategy for converting to single stream recycling, if needed, including discussions with the County's current recyclables processor. • Developing an interlocal agreement between the County and municipalities. • Developing any necessary ordinance revisions. • Developing outreach and education materials. • Assisting in evaluating options prior to expiration of landfill operating contract in December 2017 • Assisting in evaluating contractual relationship with INEOS. • Implementing commercial recycling program improvements, which may include conducting business waste assessments, developing outreach materials, networking with municipalities, conducting business workshops, and providing technical support to County staff. • Providing other solid waste technical assistance, as requested. kessler consulting inc. innovative waste solutions PM\WORT( ORDER 1 Scope Scope of Work for Solid Waste Procurement Services 1 3/21/2014 1 Page 4 of 5 DELIVERABLES All deliverables will be transmitted electronically. Task 1 Deliverables • Draft RFA and franchise agreement. • Final RFA and franchise agreement. • List of potential vendors. • Draft language for addenda. • Summary of price submissions. • Modifications to franchise agreements based on service options chosen by the County Commission. • Schedule and punchlist for transition. • Comments on franchisees' mobilization plans, forms, notices, outreach materials, and other items as requested. • Comments on the County's public outreach and education plan and materials. Task 2 Deliverables • Summary sheet of County services. • Meeting agenda. • _ Strategy for next steps. Task 3 Deliverables Deliverables will depend on the specific assistance requested by the County and will be agreed upon prior to initiating work. COMPENSATION AND TIMELINE Because the exact level of effort that will be requested by the County is not known, KCI proposes to conduct all work on a time -and -materials basis for an amount not to exceed $76,090. A budget breakdown by task is provided in Exhibit B; however, KCI will only invoice for the actual time expended. The budget allocation between tasks may shift as the project progresses depending on the actual level of effort required. Services will be invoiced monthly and expenses (e.g., travel) will be billed at cost without markup. KCI will commence assigned work upon notice to proceed and will work with County staff to develop an acceptable timeline for completion of all tasks. KCI appreciates the opportunity to submit this Scope of Work and looks forward to the opportunity to continue assisting Indian River County. kessler consulting inc. innovative waste solutions PM\WORK ORDER 1 Scope EXHIBIT B - FEE SCHEDULE CLIENT PROJECT NAME PROJECT NUMBER DATE OF ESTIMATE Indian River County, FL Solid Waste Procurement Services 99-90 3/21/2014 PM12014 Colecdon\Budget kessler consulting, inc. LABOR CATEGORY (NAME) HOURLY RATE Task 1 Task 2 Task 3 TOTAL DOLLARS Subtask 1.1 Subtask 1.2 Subtask 1.3 Subtask 1.4 Subtask 1.5 Subtask 1.6 Addt'I Technical . Services TOTAL HOURS Procurement Strategy RFA Development Meeting Pre -App. & Addenda Application Review Franchise Agreement Final Service Transition Municipal Meetings Project Director/Principal 5185.00 24.0 4.0 2.0 4.0 20.0 4.0 24.0 24.0 106.0 $19,610 Project Manager $140.00 24.0 20.0 16.0 16.0 20.0 8.0 30.0 30.0 164.0 522,960 Senior Consultant $135.00 0.0 4.0 0.0 0.0 0.0 20.0 0.0 0.0 24.0 $3,240 Consultant $85.00 6.0 82.0 18.0 22.0 18.0 42.0 0.0 30.0 218.0 $18,530 Research Analyst $75.00 16.0 20.0 4.0 8.0 4.0 20.0 16.0 30.0 118.0 38,850 Technical Support $50.00 2.0 6.0 2.0 4.0 4.0 4.0 4.0 2.0 28.0 $1,400 SUBTOTAL LABOR HOURS 72.0 136.0 42.0 54.0 66.0 98.0 74.0 116.0 658.0 $74 590 SUBTOTAL LABOR DOLLARS $9,610 $12,850 $4,540 $5,650 $8,530 $9,830 $10,040 $13,540 $74,590 DIRECT COSTS TRAVEL $500 $0 $250 $0 $250 $500 $0 $0 $1,500 SUBTOTAL DIRECT COST $500 $0 $250 $0 $250 $500 $0 $0 $1 500 TOTAL PROJECT BUDGET LABOR+ DIRECT COST $10,110 $12,850 $4,790 $5,650 $8,780 $10,330 $10,040 $13,540 $76,090 PM12014 Colecdon\Budget kessler consulting, inc. 4-1//5114 8 6• BRIDGE REPLACEMENTS AND WIDENING OF 66TH AVENUE FROM SOUTH OF SR 60 TO NORTH OF 57TH STREET IRC PROJECT NUMBER 0545 PROFESSIONAL CIVIL ENGINEERING, GEOTECHNICAL ENGINEERING AND LAND SURVEYING SERVICES AMENDMENT NO. 15 TO THE PROFESSIONAL ENGINEERING/LAND SURVEYING SERVICES AGREEMENT BETWEEN ARCADIS US, Inc. AND INDIAN RIVER COUNTY, FLORIDA. • This is an amendment to the existing Engineering/Land Surveying Services Agreement (AGREEMENT) dated September 6, 2005 between ARCADIS US, Inc. (ENGINEER) and Indian River County (COUNTY). This amendment addresses changes in "Section I — Project Limits and Descriptions' and ' Section V - Compensation". Amendment Description This Amendment includes the following: ` SECTION I - PROJECT LIMITS AND DESCRIPTION" is being modified to incorporate the following: Plans have been prepared for the construction of 66th Avenue from south of SR 60 to north of 57th Street. The plans were prepared using Microstation computer software. The overall Microstation dgn files were converted to Autocadd dwg format and distributed to the contractor for their use in the preparation of the as -built plans. The COUNTY has requested that individual Autocadd files be prepared for each plan sheet. The ENGINEER will convert the individual plan sheet Microstation dgn files into Autocadd dwg format for the contractor's use. Files will be converted for the following plan sheets: • Drainage maps • Plan and Profile sheets • Plateau plan and profile sheets • Drainage Structure Sheets • Detention Area plans • Driveway Cross Sections • Cross Sections • Utility plans Individual dwg files will be provided for each sheet of the drainage maps (14 sheets), plan and profile sheets (53 sheets), plateau plan and profile sheets (11 sheets), detention area plans (10 sheets), and the utility plan and profile sheets (19 sheets). For the drainage structure sheets, driveway cross section sheets, and the cross section sheets the Microstation files are arranged such that the overall files contain multiple individual plan sheets. For these sheets overall files containing Page 1 of 5 GALNR Support\ADMIN\Marketing\Proposals\WPB\2014\66 th Ave Amendment No 15 4-4-14 .doc multiple plan sheets will be provided. The ENGINEER will provide engineering services on an as requested basis during construction to address questions and requests for additional information, and to address unforeseen construction issues that may arise. The ENGINEER will perform site inspections on an as - requested basis during the construction of the project, will attend construction progress meetings as requested by the COUNTY, and will prepare plan revisions and additional construction drawings on an as needed basis as requested by the COUNTY. "SECTION IV — TIME FOR COMPLETION" is being modified to incorporate the following: The time for completion of Amendment Number 15 shall run concurrently with the construction of this project. "SECTION V — COMPENSATION" is being modified to incorporate the following: The COUNTY agrees to pay and the ENGINEER agrees to accept for services rendered pursuant to this Agreement fees m accordance with the following: A. Professional Services Fee 1. The basic compensation mutually agreed upon by the ENGINEER and the COUNTY follows: The following is a summary of costs: Charge Associated with Change in Project Scope And Project Limits Geotechnical Services (l"rerra)(Lump Sum) $0.00 Engineering (ARCADLS) (Lump Sum) $2,715.00 Signal Plans (ARCADIS) $0.00 Design Survey (66th Avenue) (ARCADIS) $0.00 Design Survey (Sidestreets) (ARCADIS) $0.00 Right -of -Way Survey and Map (664%Avenue) $0.00 Right-of-way Survey (Sidestreets) $0.00 Structural Design for 4 bridges New Total Compensation $139,460.00 $963,387.50 $84,728.66 $169,500.00 $71,428.00 $117,821.00 $61,963.00 Page 2 of 5 G•\LNR Support\ADMIN\Marketing\Proposals\WPB\2014\66 th Ave Amendment No 15 4-4-14 .doc