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