HomeMy WebLinkAbout2020-245WORK ORDER NUMBER 37
FULL COST ACCOUNTING AND FINANCIAL ASSURANCE
This Work Order Number No. 39 is entered into as of this 17 day of November 2020 ,
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.
CONSULTANT:
By:
Print Name: B�Aod.
Title: Sr. Vice President
SOLID WASTE DISPOSAL DISTRICT
`,�y�pblMlSS��✓
�J; y^F9
Approved Date: November 17, 2020
Ico�
Attest: Jeffrey R. Smith, Clerk of Court and
Comptroller
By: 04�&
Depu y Clerk
Approved: CA
Jason . Br wn, County Administrator
Approved as to form and legal sufficiency:
Dylan T. Reingold, County Attorney
1 I Page
Work Order No. 39
FCA and FA FY2021
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 2019-2020
The Consultant will assist the COUNTY in preparing a report and public notice reflecting the full cost for
solid waste management for customers served by the COUNTY. 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 for review by COUNTY
staff. The draft public notice, summary tables and working documents will be provided electronically,
unless otherwise requested. The Consultant will address up to two (2) rounds of reasonable comments
on the report and public notice provided for review and resubmit the revised documents to the COUNTY
for their use.
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 2020-2021, and escrow budget recommendations for Fiscal Year 2020-2021.
Subtask 2.2 Financial Assurance Report
Consultant will provide surveys and assessments of airspace used by our subconsultant, Masteller,
Moler & Taylor, Inc. (MM&T) for the Class I landfill and C&D debris disposal facility. The topographic
survey will be performed with the attached proposal from MM&T.
For the Class I Landfill (Segments I, 11, and III), the Consultant will evaluate waste compaction rate and
utilize this evaluation in preparation of a Financial Assurance Report for the COUNTY's use. The Financial
Assurance Report will utilize historical waste generation and landfill airspace data; current placement
and generation rates; information on remaining landfill capacity; recent and planned project
expenditures; and estimated closure costs to evaluate the current and projected escrow account
balances for the landfill to determine what escrow deposits should be made during the 2021 fiscal year.
Page 2 of 5
Work Order No. 39
FCA and FA FY2021
DELIVERABLES
Task 1.0 Table and working documents
Subtask 2.1 Closure Cost Estimates for FY 2021
Subtask 2.2 Survey (as described in MM&T's proposal), Financial Assurance Report
ASSUMPTIONS
It is assumed that the closure cost estimates required for the FY 2021 will be escalation of existing,
previously -approved full cost estimates using the FDEP approved escalation (tied to the CPI). If
preparation of full closure cost estimates for the facility are required, that shall be as an additional
services upon receipt of an executed amendment.
The Consultant will rely upon the accuracy and completeness of all documents, surveys, reports, plans
and specifications provided by the COUNTY or by others for whom the Consultant is not legally
responsible. The COUNTY acknowledges that verifying the accuracy and completeness of such items is
not part of the Consultant's scope of services.
This agreement is made in anticipation of conditions permitting continuous and orderly progress
through the completion of services, times for performance shall be extended as necessary for delays or
suspensions due to circumstances that the Consultant does not control.
The COUNTY will provide any information requested by Kimley-Horn in a timely manner to avoid delay
of the Project. In addition, the COUNTY will ensure that COUNTY representatives are available for all
meetings in order to avoid delay to the Project.
Page 3 of 5
Work Order No. 39
FCA and FA FY2021
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
2.0 Financial Assurance
$5,000
$23,200
Total Labor Fee $28,200
Sub-Consultants-MM&T Survey $18,500
TOTAL LABOR AND EXPENSE FEE
(THE REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK)
Page 4 of 5
$46,700
Work Order No. 39
FCA and FA FY2021
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) and receipt of data from the
COUNTY.
1►11111:
1.0 Full Cost Accounting
2.1 Closure Cost Estimates for FY 2021
2.2 Survey
2.2 Financial Assurance Report
a) And receipt of all required data from the COUNTY.
contingent upon approval
30 days from NTP (a)
90 days from NTP (a)
60 days from NTP (a)
90 days from NTP (a)
(THE REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK)
Page 5 of 5
Masteller, Moler & Taylor, Inc.
1655 27th Street, Suite 2
Vero Beach, Florida 32960
Phone: (772) 564-8050
Fax: (772) 794-0647
e-mail: dt5243@bellsouth.net
AGREEMENT FOR PROFESSIONAL SURVEYING & MAPPING SERVICES
PROJECT: IRC Landfill Volume Survey 2020 PHONE: Work - (305) 535-7712
CLIENT NAME: Kimley Horn & Associates - Barton Fye PHONE: Cell - (305) 431-4900
SITE ADDRESS: 1325 74th Avenue SW MAILING 355 Alhambra Circle, Suite 1400
Vero Beach, FL 32968 ADDRESS: Coral Gables, FL 33134
MMT, Inc. is pleased to provide you with this proposal for performance of surveying services in support of current
landfill conditions for property located in Indian River County and lying in Section 25 -33S -38E and identified as The
Indian River County Landfill Volume Calculations survey which shall include the following:
Scope of Services:
1. Recover and expose existing aerial control for orientation and rectification of the aerial photography.
2. Coordinate with sub -consultant, Alert 5, Engineering Advanced Solutions to obtain new color aerial imagery and
LIDAR data and production of a V=50' Planimetric and Topographic. This mapping is to be completed in AutoCAD
format as one file at a scale of 1-inch=50-feet with 1 foot contours. The mapping will be completed for the entire
landfill site including Segment I, Segment II, Segment III and the C & D areas.
3. Integrate aerial data into survey drawing and overlay with topographic data from previous year.
4. Calculate volumetric differences comparing current mapped areas against the prior data completed in March, 2020.
Calculations shall be performed on Segments I, ll, III and C & d areas.
5. Prepare cross sections at 200 foot intervals across each of the Segment areas depicting current and prior data
lines.
Deliverables:
a. Four (4) bond copies (24"x36") of the topographic map (1 inch = 50 feet contour map of each segment)
b. Four (4) bond copies (85'x14") of the topographic map (1 inch = 200 feet contour map of each segment)
c. Two (2) color digital ortho-rectified photo enlargements (24"x36") of entire area.
d. One (1) color photo enlargement (24"x36") for each Segment I, II, III and C&D.
e. Four (4) copies of Volumetric survey, including overall site, segments and cross sections.
f. Two (2) copies of Report of Survey for aerial imagery from sub -consultant.
q. One CD containing PDF of each map, AutoCAD and ASCII point files.
We propose to perform the above described Scope of Services for a lump sum fee of $18,500.00. We estimate the
following time frame for the project:
Field acquisition, quality control, ground verification and sub -consultant deliverables - 3-4 weeks from notice to
proceed; Volumetric survey completed within 2 weeks from receipt of sub -consultant data.
I, the undersigned, agree to all the terms of this Agreement and the Standard Conditions of this Contract attached
hereto.
Client's Printed Name
Client's Signature Date
19 " 5� 8/20/2020
David Taylor, President Date
Masteller, Moler & Taylor, Inc.