Loading...
HomeMy WebLinkAbout2016-016 e r WORK ORDER NUMBER CCNA2014WOS Full Cost Accounting And Financial Assurance Reporting This Work Order Number 5 is entered into as of this 2 day of pursuant to that certain Continuing Contract Agreement for Professional Services,dated December 6, 2011,and that certain Extension and Amendment of Continuing Contract Agreement for Professional Services entered into as of this 4`h day of November, 2014 (collectively referred to as the "Agreement"), by and between INDIAN RIVER COUNTY, a political subdivision of the State of Florida ("COUNTY") and CDM Smith, Inc. ("Consultant"). i 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. 6ti MISSIpp�F., CONSULTANT: BOARD OF COUNTY COMMISSIONERS !A�••'' CDM Smith, Inc. OF INDIAN RIVER COUNTY O� BY: _ BY: Eric rot e, PE, BCEE Bob Solari , Chair Title: Vice President ••'��gNRiVERC00� � BCC Approved Date: Ferbuary 2, 2016 Attest:Jeffrey R.Smith, Cl r Court and Co r er By: u tytfeTk Approved: a', /r' oseph A. Baird, County Administrator Approved as to form and legal sufficiency: Dylan T. Reingold, County Attorney EXHIBIT A AUTHORIZATION FOR PROFESSIONAL SERVICES INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT ENGINEERING SERVICES FOR FULL COST ACCOUNTING AND FINANCIAL ASSURANCE REPORTING CCNA-2014 WO NO. 5 This Authorization,when executed,shall be incorporated in and become part of the Continuing Contract Agreement for Professional Services between the Indian River County Solid Waste Disposal District(COUNTY),and CDM Smith Inc. (CONSULTANT), dated December 6, 2011,and the Extension and Amendment of Continuing Contract Agreement for Professional Services,dated November 4, 2014,hereafter referred to as the Contract. PROJECT UNDERSTANDING Each year the COUNTY is required to document full cost accounting and financial assurance in accordance with Solid Waste Operations Permit.CONSULTANT assists COUNTY with 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 Evaluation for Fiscal Year 2014-15 ■ Task 2.0-Financial Assurance CONSULTANT will coordinate with the COUNTY in order to provide timely execution of each portion of this project.The Scope of Work is as detailed below. TASK 1-FULL COST ACCOUNTING EVALUATION FOR FISCAL YEAR 2014-15 Under provisions of Chapter 62-708.300(3), Florida Administrative Code (F.A.C.),the COUNTY is required to determine and publicly disclose the full cost of solid waste management within its service area for Fiscal Year 2014-2015. CONSULTANT will perform and evaluation on the full cost of solid waste management for Fiscal Year 2014-2015 in accordance with the requirements of Chapter 62-708, F.A.C. CONSULTANT will prepare summary tables and a brief letter presenting the full cost of solid waste management in the COUNTY for Fiscal Year 2014-2015 and also prepare a draft public notice. CONSULTANT will provide the draft tables,letter,and public disclosure notice to the COUNTY by March 15, 2016 assuming receipt of all data required to perform the study by March 1,2016.After receipt of comments, CONSULTANT will submit the final tables,letter,and public disclosure notice within 7 calendar days.The COUNTY 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. A-1 j 1791.doac TASK 2-FINANCIAL ASSURANCE The COUNTY operates a Class I and construction and demolition (C&D) debris landfills through a contract with Republic Services.The COUNTY is required by Chapter 62-701,F.A.C.to provide financial assurance for each of these facilities annually. Subtask 2.1 -Financial Assurance Report CONSULTANT 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 site.This documentation will be submitted for review by the COUNTY.Two copies of the final document will be provided to the COUNTY.CONSULTANT will meet with the COUNTY up to two times to discuss issues and to provide needed coordination.CONSULTANT will also respond to FDEP correspondence regarding financial assurance. Subtask 2.2 -Survey and Airspace Assessment CONSULTANT will provide surveys and assessments of consumed airspace performed by,a subconsultant, Masteller,Moler&Taylor, Inc.for the Class I and C&D debris 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.CONSULTANT 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&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 Segments II and III 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 2010 will also be provided. For the Class I Landfill (Segments 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.CONSULTANT will include escrow account balance recommendations for Fiscal Year 2015-2016,as well as escrow account budget recommendations for Fiscal Year 2016-2017. A-2 jj1791.docx EXHIBIT B PROJECT BUDGET INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT ENGINEERING SERVICES FOR FULL COST ACCOUNTING AND FINANCIAL ASSURANCE REPORTING CCNA-2014 WO NO.5 PROJECT: Full Cost Accounting and Financial Assurance Reporting DESCRIPTION: Task 1.0 -Full Cost Accounting Evaluation for Fiscal Year 2014-15 CONTRACT REFERENCE: Agreement between the Indian River County Board of County Commissioners and CDM Smith Inc. Labor Category Hours Rate Total Officer 2 $210 $420 Principal 16 $195 $3,120 Senior Professional 10 $165 $1,650 Senior Support 8 $120 $960 Project Administration 4 $85 340 Total Hours 40 Total Salary Cost $6,490 Other Direct Costs 400 TOTAL LUMP SUM FEE $6,890 For the basic services under this Agreement, IRC SWDD agrees to pay the Consultant a lump sum fee$6,890.CONSULTANT will submit monthly invoices based on the percent complete for the work performed. B-1 fi1791.do EXHIBIT B PROJECT BUDGET INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT ENGINEERING SERVICES FOR FULL COST ACCOUNTING AND FINANCIAL ASSURANCE REPORTING CCNA-2014 WO NO. 5 PROJECT: Full Cost Accounting and Financial Assurance Reporting DESCRIPTION: Task 2.1 - Financial Assurance Report Task 2.2 -Survey and Airspace Assessment CONTRACT REFERENCE: Agreement between the Indian River County Board of County Commissioners and CDM Smith Inc. Labor CategorX Hours Rate Total Officer 6 $210 $1,260 Associate 6 $200 $1,200 Principal 30 $195 $5,850 Senior Professional 20 $165 $3,300 Professional II 80 $130 $10,400 Senior Support 8 $120 $960 Staff Support 10 $85 $850 Project Administration 8 $85 680 Total Hours 168 Total Salary Cost $24,500 Outside Professionals-Masteller, Moler&Taylor,Inc. $14,500 Other Direct Costs $1,200 TOTAL LUMP SUM FEE $ For the basic services under this Agreement, IRC SWDD agrees to pay the Consultant a lump sum fee of$40,200.CONSULTANT will submit monthly invoices based on the percent complete for the work performed. B-2 ll1791.do C EXHIBIT C PROJECT SCHEDULE INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT n ENGINEERING SERVICES FOR FULL COST ACCOUNTING AND FINANCIAL ASSURANCE REPORTING CCNA-2014 WO NO. 5 SCHEDULE Task Completion Date 1 Full Cost Accounting Report March 31, 2016 2.1 Financial Assurance Report November 1, 2016 2.2 Site Survey May 15, 2016 C-1 jj1791.docx