HomeMy WebLinkAbout2017-005 WORK ORDER NUMBER 9 CCNA2014WO9
Full Cost Accounting And Financial Assurance Reporting
This Work Order Number 9 is entered into as of this jflday of January, 201J 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 4th 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").
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: BOARD OF COUNTY COMMISSIONERS
CDM Smith,Inc. OF INDIAN RIVER COUNTY
By: ,p i!J I By: a .CPA PON
.F
- ceE Joseph E. Flescher, Cha et.i
Title: \f r
2r s �le.t •
•*
BCC Approved Date:January 10, 2017 ;
roe;
hyo,. 4:1% •-"4-."/
Attest:Jeffrey R. Smith,Clerk of Court and Comptrogor.....,..UNcjF;�'
RCO•,,,.o
By: 'AAP
Deputy 1•r 11
Approved:
Jason :row , County Administrator
Approved as to form and legal sufficiency: _
'yam Ian 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.9
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 2015-16
■ 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 2015-16
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 2015-2016.
CONSULTANT will perform and evaluation on the full cost of solid waste management for Fiscal
Year 2015-2016 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 2015-2016 and also prepare a draft public notice.
CONSULTANT will provide the draft tables,letter,and public disclosure notice to the COUNTY by
March 15,2017 assuming receipt of all data required to perform the study by March 1,2017.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 B1950 docx
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-Recalculation of the Closure Cost Estimates
CONSULTANT will prepare a recalculation of the estimated closing and long-term care costs for the
Class I and C&D debris landfill.CONSULTANT will use the recalculated closing and long-term care
cost estimates to complete the Closure Cost Estimating Form for Solid Waste Facilities for the both
the Class I landfill (includes the waste tire site) and the C&D debris landfill.The forms will be
submitted for review by the COUNTY prior to submittal to FDEP.
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 Class1 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 2016-2017,as well as escrow account budget
recommendations for Fiscal Year 2017-2018.
Subtask 2.3-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.
A-2 jj1950.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.9
PROJECT: Full Cost Accounting and Financial Assurance Reporting
DESCRIPTION: Task 1.0 - Full Cost Accounting Evaluation for Fiscal Year 2015-16
CONTRACT
REFERENCE: Agreement between the Indian River County Board of County Commissioners
and CDM Smith Inc.
Labor Category Hours Rate Total
Sr Officer 2 $220 $440
Principal 14 $195 $2,730
Senior Professional 20 $165 $3,300
Senior Support 4 $120 $480
Project Administration 4 $85 $340
Total Hours 44
Total Salary Cost $7,290
Other Direct Costs $400
TOTAL LUMP SUM FEE $7,690
For the basic services under this Agreement, IRC SWDD agrees to pay the Consultant a lump sum
fee$7.690.CONSULTANT will submit monthly invoices based on the percent complete for the work
performed.
B-1 jj 1950.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.9
PROJECT: Full Cost Accounting and Financial Assurance Reporting
DESCRIPTION: Subtask 2.1 - Recalculation of the Closure Cost Estimates
Subtask 2.2 -Survey and Airspace Assessment
Subtask 2.3 - Financial Assurance Report
CONTRACT
REFERENCE: Agreement between the Indian River County Board of County
Commissioners and CDM Smith Inc.
Labor Category Hours Rate Total
Sr.Officer 12 $220 $2,640
Principal 40 $195 $7,800
Senior Professional 60 $165 $9,900
Professional II 74 $130 $9,620
Professional I 20 $110 $2,200
Senior Support 8 $120 $960
Staff Support 10 $85 $850
Project Administration 8 $85 $680
Total Hours 232
Total Salary Cost $34,650
Outside Professionals- Masteller,Moler&Taylor, Inc. $15,000
Other Direct Costs $1,200
TOTAL LUMP SUM FEE $50,850
For the basic services under this Agreement, IRC SWDD agrees to pay the Consultant a lump sum
fee of$50,850.CONSULTANT will submit monthly invoices based on the percent complete for the
work performed.
B-2 jj1950.docx
EXHIBIT C
PROJECT SCHEDULE
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEERING SERVICES FOR
FULL COST ACCOUNTING AND
FINANCIAL ASSURANCE REPORTING
CCNA-2014 WO NO.9
SCHEDULE
Task Completion Date
1.0 Full Cost Accounting Report March 31,2017
2.1 Recalculation of the Closure Cost Estimates April 1, 2017
2.2 Site Survey February 28,2017
2.3 Draft Financial Assurance Report June 1,2017
2.3 Final Financial Assurance Report October 1,2017
C-1 jj 1950.docx