Loading...
HomeMy WebLinkAbout1999-023• • •X CDMCamp Dresser & McKee Inc. —Nn9 2301 Maitland Center Parkway, Suite 300 ewiaeerfng Maitland, Florida 32751 conslnrcrfon Tel:407 660-2552 Fax: 407 875-1161 opera(Aws January 11, 1999 Mr. Ronald R. Brooks, Manager Indian River County Solid Waste Disposal District 1325 74th Avenue SW Vero Beach, Florida 32968 Subject: Proposal for Assistance with Contract Operations Selection Indian River County Solid Waste Disposal District Landfill Dear Mr. Brooks: /'/)- -9 99.-oL ,3 Camp Dresser & McKee Inc. is pleased to submit our proposal to Indian River County to perform engineering services for assisting the Solid Waste Disposal District in the evaluation and selection of private operators for selection of private operators for selected solid waste activities. The following attachments are provided herein as part of the proposal: ■ Attachment A: Engineering Work Authorization ■ Attachment B: Scope of Work is Attachment C: Project Budget We look forward to the opportunity to continue working with Indian River County to implement this project. If you should have any questions, or need additional information, please call our office. Very truly yours, CAMP DRESSER & McKEE INC. John G. Ladner, P.E-- JGL/jee Attachments APPROVED: r-, l a--t,� E. Lawrence Adams, Jr., P.E., DEE Vice President cc: Donald R. Hubbs P.E., Director, Indian River County SWDD E. Lawrence Adams Jr., P.E., DEE, CDM/VRB File: 0000-ELANB-MT. ELAIC i.3111' up i 4D 40 s • ATTACHMENT A INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT ASSISTANCE WITH CONTRACT OPERATIONS SELECTION Date: Work Authorization No. Ak.3 For Consulting Services County No. 9&7 Camp Dresser & McKee Inc. (Consultant) CDM Project No. I. PROJECT DESCRIPTION i Consulting Engineering Services for assistance with the evaluation of contract operations alternatives, prequalification of proposers, development of the request for proposals (RFPs), issuing RFPs to the prequalified proposers, and the evaluation of the proposals. Finally, CDM will provide assistance with negotiations with the No. 1 ranked firm. Il. SCOPE OF SERVICES Reference is made to Attachment B, Scope of Services, and the "Professional Engineering Services Master Agreement for Solid Waste." IIL CONSULTING ENGINEER INSURANCE REQUIREMENTS The following insurance requirements are the same as those for Work Authorization No. 6. A. Worker's Compensation Insurance in accordance with Florida Statues. B. Comprehensive and Automotive Liability with a minimum coverage of j $100,000/$300,000 per occurrence for bodily injury or accidental death. C. Comprehensive General Liability with a minimum limit of $100,000/$300,000 cove. nig p[ope-ty damage. D. Liability for Property Damage, while operating motor vehicle, with minimum limits of $100,000 per occurrence. 1?. Contractual Liability including limits established for Items III B, C, and D above. F. Umbrella coverage, excess liability with minimum limits of $100,000 per occurrence. �,11192 Npd A-1 40 O O IV. COMPENSATION FOR SERVICES Engineer Services: Task 0 Assistance with initial screening of Contract Operations Alternatives, T-uk20 Assistance with Detailed Evaluation of Contract Operations TOTAL Task 300-500 Assistance with acquiring A Contract Operations Firm Task 600 Negotiations with the top ranked firm. Iis•`�1'Zi311�'T.fif� 1.611 I.. (Lump Sum) $ 5,146 (Lump Sum) $ 8,868 $14,014 Fee to be determined upon authorization to perform this task. Fee to be determined upon authorization to perform this task. For the basic services performed for a lump sum fee, Indian River County Solid Waste Disposal District agrees to pay Camp Dresser & McKee Inc. partial payments to be made on a monthly basis in accordance with the referenced contract. Not to Exceed Cost Elements For the basic services performed for a Not to Exceed fee, Indian River County Solid Waste Disposal District agrees to pay Camp Dresser & McKee Inc. partial payments on a rnnnthly basis based on costs incurred up to the Not -to -Exceed limit. SUBMITTED BY: CAMP DRESSER & McKEE INC. (Consultant) By- G. .Sa— E. Lawrence Adams, Jr., P.E., DEE Vice President DATE: 1*4Ubt-Y 11, 19�� A-2 APPROVED BY: INDIAN RIVER COUNTY SOLID WAST'; DISPOSAL DISTRICT (Board of County Commissioners) nmissionQf+ICenneth R. Macht Chairman , DATE: r-, 0 r, DRAFT ATTACHMENT B SCOPE OF SERVICES INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT ENGINEERING SERVICES FOR ASSISTING IN ASSESSMENT AND ACQUISITION OF CONTRACT OPERATIONS FIRM(S) Project Understanding CDM will provide Consulting Engineering Services for assistance with the initial screening of Contract operations alternatives, assessment and evaluation of Contract operations alternatives for selected solid waste operations, prequalification of proposers, development of the request for proposals (RFPs), issuing RFPs to the prequalified proposers, and, the evaluation of the proposals. Finally, CDM will provide assistance with negotiations with the No. 1 ranked firm. Indian River County successfully entered into a contract to operate the Class 1 operations at the Indian River County Landfill in January, 1998. This proposal is to investigate other solid waste operations for which it may be cost effective to have contract operations. The proposal also assumes that the contract used for the Class 1 contract operations work will be modified as needed. CDM is proposing to incorporate this work of assisting in the acquisition of a Contract Operations firm as part of our existing contract for the infill design, bidding and construction services. Task 100 Initial Screening of Contract Operations Alternatives CDM will assist Indian River County Solid Waste Disposal District with an initial screening of contract operations alternatives. The basis for evaluation will be: • Present Operating Costs and the size of the Operation. • Is this operation conducive to being a `stand-alone' operation? • Is Competition available from a Private Vendor? • Is there a potential ability for a profit to be made? • The County's desires relative to the number of contracts to be managed. • Which activities can be logically bundled together to attract vendor interest. CDM has already performed an initial assessment of the operations listed below and their suitability for becoming separate contracts. CDM has consulted with Solid Waste Disposal District (SWDD) staff as part of this assessment and included their comments. One of the alternatives for each activity is to continue County operation with County staff. i 40 J C CDM will review the following solid waste operations including: ■ C & D Landfilling The Construction and Demolition Debris (C & D) landfill accepts only C & D debris as defined and permitted by the Florida Department of Environmental Protection. One heavy equipment operator with a dozer and one spotter operate this landfill. The operational requirements of the C & D landfill have recently increased due to increased C & D regulation by the state. This operation is similar to the Class I operation which has already been privatized. C & D recycling is an integral part of this operation since much of the recycling normally takes place at the C & D landfill working face. Contract operation alternatives include a separate contract operator or entering into negotiations with the present Class 1 landfill operator. C & D Recycling Some C & D recycling is already being accomplished in a designated area adjacent to the C & D landfill. Clean brick, masonry block and concrete rubble are stockpiled separately for use at the landfill. Pallets. The long term goal of the C & D recycling operation is to recycle in excess of 50% of the incoming material. Materials that can be recycled include concrete, bricks, cardboard, wood, shingles, metal and wallboard. The C & D recycling operation would be a part of the C & D disposal operation. Contract operation alternatives include a separate C & D contract operation, or entering negotiations with the present Class I disposal contractor if they are interested. ■ Drop-off Center Operation & Transfer to the Landfill Indian River County Solid Waste Disposal District (SWDD) operates five solid waste collection Drop off centers throughout the County. The centers accept household waste and yard trash from single family residences and the following separated recyclable materials: Also accepted on a limited basis is household hazardous and bio -hazardous wastes. These wastes are collected in separate roll -off containers which are hauled to the landfill for processing and disposal. Each collection center has an attendant present during operating hours. The Drop-off center operation and the transfer of solid waste materials to the landfill is a separate activity which could easily be contracted out separately. Another alternative is to consider ending this service at these 5 locations. In either case, this operation should be evaluated further regarding the level of service provided and the costs associated with its operation. B-2. 1. Glass Containers 6. Office Paper 7-J'_ 2. Newspaper 7. Corrugated Cardboard 3. 4. Aluminum Cans Bimetal Cans 8. 9. Waste Oil White Goods ® 5. Plastic Containers 10. Scrap Metal Also accepted on a limited basis is household hazardous and bio -hazardous wastes. These wastes are collected in separate roll -off containers which are hauled to the landfill for processing and disposal. Each collection center has an attendant present during operating hours. The Drop-off center operation and the transfer of solid waste materials to the landfill is a separate activity which could easily be contracted out separately. Another alternative is to consider ending this service at these 5 locations. In either case, this operation should be evaluated further regarding the level of service provided and the costs associated with its operation. B-2. 40 Eil Q • Recycling The recycling collection service consists of a 2 -bin bi-weekly collection for single family residences and a weekly collection from strategically located toter stations for multi -family and mobile home complexes. Participation in this service is voluntary. These toter stations function similarly to dumpsters only they are for recyclables instead of garbage. The haulers are responsible for separating the recyclables at the truck. The County's five solid waste collection centers are also used to collect recyclables from throughout the County. This includes residential curbside collection, large containers at multifamily and mobile home complexes and commercial drop off. The recycling operation is a separate operation within solid waste which could be privatized. It is not uncommon to require the haulers picking up the recyclables to market them, thus eliminating the County's cost in handling, processing and marketing the recyclables. This alternative would probably be combined with mandatory weekly recyclable collection, which is an increase of service level to the voluntary bi-weekly pickup at present. Another alternative is to continue with the present system, but just contract out its operation. It should be noted that under this alternative a private contractor may ask the County to guarantee certain quantities of recyclables to be processed and marketed. This type of operation also lends itself to use by certain non-profit organizations like Goodwill Enterprises. The current franchise hauling contracts extend until March 31, 2002. However, the term of the current Residential Recycling contracts expire September 30, 1999. The SWDD operates a recycling processing facility at the landfill for the receiving, processing, baling, storage and marketing of recyclables. The SWDD receives the various recyclables already separated from the franchised haulers, and from the collection/recycling centers. At the recycling processing facility, staff remove any minor contamination and then bale cans, plastic and cardboard. The recyclables are stored and either shipped out by SWDD staff to market or picked up by the buyers. • Yard Trash Processing Indian River County provides a staging and processing area ,vr vegetative and wood waste received by the County. This material is presently processed by a private Contractor under a 2 year contract. The Contractor receives the vegetative and wood waste, then mulches and transports it off-site to a market of his choice. Tire Processing The SWDD operates a tire -shredding machine at the landfill. Automotive, truck and heavy equipment tires are accepted at all the Collection centers from individuals and business in Indian River County. This operation is already privatized to an extent through the use of a vendor to process and dispose of the "F1 111-3 40 do i • tires. An important aspect of this operation is to continue to qualify for grant funding from the State of Florida. In 1997, 406 tons of tires were processed; 361 tons were used for fuel and 40 tons were shredded for disposal in the landfill. ■ Household Hazardous Waste Processing The SWDD has a full time chemist and assistant that collect hazardous waste that residents leave at the five collection/recycling centers. This material is safely and properly stored in the hazardous waste building on a daily basis. When sufficient material is collected, a contracted, licensed hazardous waste hauler packs and manifests the material; then transports it to disposal facilities for proper disposal. All of the collection centers are equipped with used oil collection tanks for oil filters, tubs for household and automotive batteries and biohazardous containers for needles. This is a separate activity which could be contracted out in its entirety, although this is not a large operation. This operation could also be combined with the recycling operation if necessary. Environmental Monitoring Environmental Monitoring is conducted by Indian River County staff, a private laboratory and consulting firms. Although this function could be Completely privatized, it is in Indian River County's interest to maintain control of this activity. The County is ultimately responsible for any contamination at the landfill. Groundwater monitoring wells, surface water staff gauges and gas wells are monitored as required by FDEP Operating Permits and reports are prepared as required by the regulations. ■ Scalehouse Operations Indian River County staff weigh every vehicle which enters the landfill to dispose of solid waste. A data management system is used to distinguish types of waste and to track the quantity of incoming waste. Reports are generated from this data system which are used by Indian River County for invoicing purposes and for reports submitted to FDEP. CDM recommends that this function also be retained by Indian River County. ■ Air Curtain Incineration An air -curtain incinerator is operated at the landfill for yard waste and land clearing debris which is not mulched. The mburned materials bued are typically trees and brush. About 6,816 tons of vegetative debris were incinerated in 1997. The ash 1[on-, the ificinerator is used in the landfill a� covcr material. This operation CvUld be combined with another operation - like C & D processing or it could be shut down. This incinerator is only used part time and with the contract yard trash operation is not essential. Another alternative which should be considered is the combination of a number of operations under one Contract Operator. This should be evaluated during the screening process of the individual operations. A Contract Operator may be interested in assuming operation of most or all the solid waste activities at the landfill. 1,11193 ..,,1 B -4 40 40 • 11 Based on the preliminary screening of the solid waste operations by CDM and SWDD staff, it appears that the following operations are the most likely candidates for detailed consideration as a separate contract operation: C & D landfilling and Recycling Drop-off Center Operation and Transfer to the Landfill Recycling Other operations which are already partially privatized and which could be evaluated for further privatization or being included with another contract operation include: Yard Trash Processing Tire Processing Household Hazardous Waste Processing At the conclusion of the initial screening process the results will be presented to the Indian River Board of County Commissioners (BOCC). Task 200 Detailed Evaluation of Selected Solid Waste Activities for Contract Operations CDM will assist Indian River County Solid Waste Disposal District with a detailed evaluation of solid waste activities screened and selected for Contract Operations. The most likely operations to be evaluated in detail include: C & D Landfilling and Recycling Drop -Off Center Operations and Transfer to the Landfill Recycling A comparison of these Indian River County operations to other counties in Florida will be made. An evaluation of the existing level of service will also be made. Service level options will be identified and discussed with staff. Any proposed service level changes wi!1 be presented to the Board of County Commissioners for their approval. An emphasis will be placed on increased cost effective options and opportunities for recycling of solid waste. AA the conclusion of the initial screening process the results will be presented to the Indian River Board of County Commissioners (BOCC). Task 300 STAGE 1 - PREQUALIFICATION OF PROPOSERS Scope to be Determined 301 Prepare Request for Qualifications (RFQ) 1,11192 Hpl I" - J 302 Issue Request for Qualifications 303 Evaluate Qualification Statements Task 400 STAGE 2 - PREPARATION OF REQUEST FOR PROPOSALS (RFPs) Scope to be Determined 401 Develop the Form of the Proposal 402 Develop the Operation and Maintenance Agreement 403 llevelop the Evaluation and Selection Process and the Evaluation Criteria 404 Issue the Request for Proposals to the Pre-qualified Companies 405 Proposal Evaluation Task 500 STAGE 3 - INTERVIEWS Scope to be Determined 501 Preparing a Detailed Questionnaire 502 Forward Questionnaire to Proposers S03 Interview Proposers 504 Evaluate Response from Proposers Task 600 STAGE 4 - NEGOTIATIONS Scope to be Determined 601 Prepare io Negotiate with Proposer 602 Interview Selected Prnnnw-r • 0 0 ATTACHMENT C -I PROJECT BUDGET INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT ENGINEERING SERVICES FOR ACQUISITION OF CONTRACT OPERATIONS FIRM PROJECT: Consulting Engineering Services for CDM to provide assistance with an initial screening of Contract Operations alternatives. DESCRIPTION: Task 100 CONTRACT Agreement between the Indian River County Board of County REFERENCE: Commissioners and Camp Dresser & McKee Inc. Labor Category Hours $ Vice President (ENEV-9) 4 Principal (ENEV-7/8) 20 Engineer (ENEV-3/4) 24 Support 8 TOTAL HOURS 56 Direct Salary Cost $1,468 Indirect Salary Cost (0.393) 577 TOTAL SALARY COST 2,045 SALARY COST TIMES MULTIPLIER (2.35) 4,806 OTHER DIRECT COSTS: 340 Printing, Copies, Communication, Computer TOTAL ESTIMATED COSTS $5,146 For the basic services under this Agreement, the County agrees to pay the Consultant a Lump Sum fee of $5,146, partial payments to be made on a monthly basis in accordance with the referenced contract. to) 192 wry1 C — 1 40 6 ATTACHMENT C-2 PROJECT BUDGET INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT ENGINEERING SERVICES FOR ACQUISITION OF CONTRACT OPERATIONS FIRM PROJECT: Consulting Engineering Services for CDM to provide assistance with an evaluation of contract operations alternatives for selected solid waste operations. DESCRIPTION: Task 200 CONTRACT Agreement between the Indian River County Board of County REFERENCE: Commissioners and Camp Dresser & McKee Inc. Labor Category Vice President (ENEV-9) Principal (ENEV-7/8) Engineer (ENEV-1/2) Support TOTAL HOURS Direct Salary Cost Indirect Salary Cost (0.393) TOTAL SALARY COST SALARY COST TIMES MULTIPLIER (2.35) OTHER DIRECT COSTS: Printing, Copies, Communication, Computer Hours _ $ 4 36 40 12 92 2,532 995 3,527 8,288 580 TOTAL ESTIMATED COSTS 8,868 For the basic services under this Agreement, the County agrees to pay the Consultant a Lump sum fee of $8,868, partial payments to be made on a monthly basis in accordance with the referenced contract. te)191 w'N Uri