HomeMy WebLinkAbout2019-205AWORK ORDER NUMBER 28
ANNUAL CAPACITY REPORT AND FULL COST ACCOUNTING
This Work Order Number 28 is entered into as of this 10 day of December 2019, pursuant to that
certain Continuing Consulting Engineering Services 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 Kimley-Horn, and Associates, 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.
Comptroller
SOLID WASTE DISPOSAL DI
By:
ams, Chairperson
BCC Approved Date: December 10
Attest: Jeffrey R. Smith, Clerk of Court and
I .
By: aQgte�� 45A`A�
put Clerk
Approved: _ r
Jason . Br wn, County Administrator
V
Approved as to form and legal sufficiency:
an T. Reingold, County Attorney
1 lPage
Work Order No.
Annual Capacity Report
EXHIBIT A - SCOPE OF WORK
The County is required to document full cost accounting and financial assurance each year in accordance
with their Solid Waste Operations Permit.
SCOPE OF WORK
Task 1.0 Full Cost Accounting Evaluation for Fiscal Year 2018-2019
In accordance with the requirements of Chapter 62-708.400(1), F.A.C., and F.S. 403.7049, the COUNTY
shall determine the full cost for solid waste management. This shall include the rate charged by the
county or municipality to the end user for solid waste management services plus any other direct,
indirect or outside contractor costs associated with solid waste management services.
CONSULTANT will prepare a draft table using information provided by the COUNTY within 60 days of our
Notice to Proceed (NTP) and receipt of the data from the COUNTY. The draft public notice, summary
tables and working documents will be provided electronically, unless otherwise requested.
In accordance with Chapter 403.7049 Florida Statutes:
"Each municipality shall establish a system to inform, no less than once a year, residential and
nonresidential users of solid waste management services within the municipality's service area of
the user's share, on an average or individual basis, of the full cost for solid waste management
as determined pursuant to subsection (1). Counties shall provide the information required of
municipalities only to residential and nonresidential users of solid waste management services
within the county's service area that are not served by a municipality. Municipalities shall include
costs charged to them or persons contracting with them for disposal of solid waste in the full
cost information provided to residential and nonresidential users of solid waste management
services."
Task 2.0 Financial Assurance
The COUNTY operates both a Class I landfill and a Construction and Demolition Debris Landfill through a
contract with Republic Services. In accordance with Chapter 62-701, F.A.C., the COUNTY is required to
submit cost adjustments based on an inflation factor for closure annually. Every five years, the closure
cost estimate must be revised by recalculating the total cost of closure.
Subtask 2.1. Closure Cost Estimate Adjustment
CONSULTANT will provide the Closure Cost Estimate adjustment to the COUNTY based on the most
recent Implicit Price Deflator for Gross National Product published by the U.S. Department of Commerce
in its Survey of Current Business. CONSULTANT will include escrow account balance recommendations
for Fiscal Year 2019-2019, and escrow budget recommendations for Fiscal Year 2019-2020.
Subtask 2.2 Survey and Airspace Assessment
CONSULTANT will provide surveys and assessments of airspace used by our subconsultant, Masteller,
Page 2 of 5
Work Order No.
Annual Capacity Report
Moler & Taylor, Inc. (MM&T) for the Class I landfill and C&D debris disposal facility. The topographic
survey will be performed on the entire COUNTY landfill site, including the Class I waste area (Segment I,
II, and III and the ditches and roadways surrounding the Class I area), the C&D disposal facility (waste
area, fence line, ditches and berms adjacent to C&D Debris site), expansion areas, stormwater pond, and
administrative area.
The deliverable from MM&T will consist of a survey identifying the dates the field survey was
completed. The airspace consumed, and the remaining airspace will be calculated and provided. The
survey shall also include the results of the volumetric calculations for Segments II and II portions of the
Class I landfill, and the C&D disposal facility. Deliverables accompanying the survey are as described in
MM&T's proposal.
For the Class I Landfill (Segments I, II, and III), we will include an evaluation of the waste compaction, so
the COUNTY may determine whether Republic Services is meeting its contractual compaction
requirements.
DELIVERABLES
Task 1.0 Table and working documents
Subtask 2.1 Financial Assurance Form and Escrow Balance and Budget recommendations
Subtask 2.2 Survey (as described in MM&T's proposal), remaining airspace and evaluation of
compaction
ASSUMPTIONS
Information to be provided by the COUNTY includes:
• Site access
• Escrow account balances
• The rates and number of dwelling units for each of the transporters
• Available site surveys
• Level of service for each transporter
• Monthly fee for both single family residence and multi -family residences collected via
non -ad valorem assessment
• Number of parcels, equivalent residential units, and waste generation units (WGU) for
Fiscal Year 2018-2019 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
• Excel spreadsheets prepared by others for prior fiscal year for escrow balance and
airspace calculations
Page 3 of 5
Work Order No.
Annual Capacity Report
EXHIBIT B — FEE SCHEDULE
The COUNTY agrees to pay, and the Consultant agrees to accept for services rendered
pursuant to this Agreement fees inclusive of expenses as follows:
A. Professional Services Fee
The basic compensation mutually agreed upon by the Consultant and the
COUNTY is as follows:
Lump Sum Components
Task Labor Fee
1.0 Full Cost Accounting $7,500
2.1 Closure Cost Adjustment, Escrow Calculation $6,500
2.2 Survey/Air Space Assessment $10,750
Total Labor Fee $24,750
Sub-Consultants-MM&T Survey $18,500
Other Direct Costs $1,500
TOTAL LUMP SUM FEE $44,750
(THE REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK)
Page 4 of 5
Work Order No.
Annual Capacity Report
EXHIBIT C—TIME SCHEDULE
Upon authorization to proceed by the COUNTY, final documents are anticipated to take
approximately three (3) months from the Notice to Proceed (NTP).
NTP contingent upon approval
1.0 Full Cost Accounting 30 days from NTP (a)
2.1 Closure Cost Adjustment 15 days from NTP (b)
2.2 Survey/Air Space Assessment 90 days from NTP
a) And receipt of data from the COUNTY.
b) Escrow balance and budget recommendations will be provided within 30 days of receipt
of information from the COUNTY
(THE REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK)
Page 5 of 5