HomeMy WebLinkAbout2019-013WORK ORDER NUMBER CCNA2018WO4
Full Cost Accounting and Financial Assurance Reporting
This Work Order Number 4 is entered into as of this 15 day of January , 2019, pursuant to that certain
Continuing Contract Agreement for Professional Services entered into as of this 17th day of April, 2018
(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., (CDM Smith) ("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.
BOARD OF COUNTY COMMISSIONERS
OF INDIAN RIVER COUNTY
/� •�o%iMrss
By: By: /34—i ,...,e6.-,4,%-e-
..
J� - J,� 1. ���✓`"
Bob Solari, Charteni
Title: V t c- teSid f f*•. ° ,.
BCC Approved Date: January 15, 2019 e ,
�.a
Attest: Jeffrey R. Smith, Clof Cou 3, "d Comp j .--'-i '•
By:
Approved:
Approved as to form and legal sufficiency:
Deputy Clerk
r
Jason E Bro n, County Administrator
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-2018 WO NO. 4
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 April 17, 2018, hereafter
referred to as the Contract.
PROJECT BACKGROUND
Each year the COUNTY is required to document full cost accounting and financial assurance in
accordance with the 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 2017-2018
• 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.
SCOPE OF WORK
TASK 1.0 - FULL COST ACCOUNTING EVALUATION FOR FISCAL YEAR 2017-18
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 2017-2018.
CONSULTANT will perform an evaluation on the full cost of solid waste management for Fiscal Year
2017-2018 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 2017-2018 and also prepare a draft public notice.
CONSULTANT will provide the draft tables, letter, and public disclosure notice to the COUNTY by
March 15, 2019 assuming receipt of all data required to perform the study are provided by March 1,
2019. 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.
Smith
A-1
jj2390_WO No. 4.docx
TASK 2.0 - FINANCIAL ASSURANCE
The COUNTY operates a Class I landfill and a construction and demolition (C&D) debris disposal
facility 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 disposal facility. 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 disposal facility. 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 Class I landfill and C&D debris disposal facility.
The topographic survey will be performed on the entire IRC Landfill site, including the Class I waste
area (Segments I, II, and III as well as the ditches and roadways surrounding the Class I area), the
C&D debris disposal facility (waste area, as well as the fence -line and the surrounding ditches and
berms adjacent to the C&D debris site), expansion areas, stormwater pond, and administrative area.
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 disposal facility. 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 2018-2019, as well as escrow account budget
recommendations for Fiscal Year 2019-2020.
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 disposal facility,
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.
Smith
A-2
jj2390_WO No. 4.docx
ASSUMPTIONS.
• Topographic survey of entire IRC Landfill site will be performed.
• Volumetric calculation will be performed on the currently active Class I and C&D debris cells.
DATA OR ASSISTANCE TO BE PROVIDED BY COUNTY
• Site access.
• Escrow account balances.
• The rates and numbers of dwelling units for each of the transporters.
• Available site surveys.
• Level of service for each transporter.
• Monthly fees for both single family residence and multi -family residences collected via non -ad
valorem assessment.
• Numbers of parcels, equivalent residential units, and waste generation units (WGUs) for Fiscal
Year 2017-2018 for each customer.
• Wastestream monthly totals.
• Changes to Basis of Allocation.
• Direct and indirect cost breakdowns.
• Confirmation of waste generation units.
• Amount of residential assessment.
PAYMENT AND COMPENSATION
Compensation for the Work Order described herein shall be made on the basis of a.lump sum fee.
The lump sum fee for Tasks 1.0 and 2.0, inclusive, is $63,920 as shown in Exhibits B. CONSULTANT
will invoice the COUNTY on a monthly basis based on percent complete of each task. For invoice
purposes only, the value of each task is as shown in the Table 1.
Table 1
TASK VALUE FOR INVOICE PURPOSE
TASK
DESCRIPTION
VALUE
1.0
Full Cost Accounting Evaluation for Fiscal Year 2017-2018
$8,270
2.0
Financial Assurance
$55,650
TOTAL WORK ORDER NO. 4 - LUMP SUM $63,920
Smith
A-3
jj2390_WO No. 4.docx
EXHIBIT B
PROJECT BUDGET
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEERING SERVICES FOR
FULL COST ACCOUNTING AND
FINANCIAL ASSURANCE REPORTING
CCNA-2018 WO NO. 4
PROJECT: Full Cost Accounting and Financial Assurance Reporting
DESCRIPTION: Task 1.0 - Full Cost Accounting Evaluation for Fiscal Year 2017-2018
CONTRACT
REFERENCE: Agreement between the Indian River County Board of County Commissioners
and CDM Smith Inc.
Labor Category Hours Rate Total
Sr Officer 2 $240 $480
Associate 14 $215 $3,010
Senior Professional 20 $175 $3,500
Senior Support 4 $130 $520
Document Control Specialist 4 $90 $360
Total Hours 44
Total Salary Cost $7,870
Other Direct Costs $400
TOTAL LUMP SUM FEE
For the basic services under this Agreement,'IRC SWDD agrees to pay the Consultant a lump sum
fee $8,270. CONSULTANT will submit monthly invoices based on the percent complete for the work
performed.
Smith
B-1
jj2390 WO No. 4.docx
EXHIBIT B
PROJECT BUDGET
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEERING SERVICES FOR
FULL COST ACCOUNTING AND
FINANCIAL ASSURANCE REPORTING
CCNA-2018 WO NO. 4
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 $240 $2,880
Associate 40 $215 $8,600
Senior Professional 60 $175 $10,500
Professional II 74 $140 $10,360
Professional I 20 $120 $2,400
Senior Support 8 $130 $1,040
Staff Support 10 $95 $950
Document Control Specialist 8 $90 $720
Total Hours 232
Total Salary Cost $37,450
Outside Professionals - Masteller, Moler & Taylor, Inc. $17,000
Other Direct Costs $1,200
TOTAL LUMP SUM FEE $55,650
For the basic services under this Agreement, IRC SWDD agrees to pay the Consultant a lump sum
fee of $55.650. CONSULTANT will submit monthly invoices based on the percent complete for the
work performed.
Smith
B-2
jj2390 WO No. 4.dooc
EXHIBIT C
PROJECT SCHEDULE
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEERING SERVICES FOR
FULL COST ACCOUNTING AND
FINANCIAL ASSURANCE REPORTING
CCNA-2018 WO NO. 4
SCHEDULE
Task Completion Date
1.0 Draft Full Cost Accounting Report
1.0 Final Full Cost Accounting Report
2.1 ,Recalculation of the Closure Cost Estimates
2.2 Site Survey
2.3 Draft Financial Assurance Report
2.3 Final Financial Assurance Report
Smith
C-1
March 15, 2019
March 31, 2019
April 1, 2019
February 28, 2019
June 1, 2019
September 30, 2019
jj2390_WO No. 4.docx