HomeMy WebLinkAbout1999-185of
0
CDMCamp Dresser & McKee Inc.
e9
engineering
aonstnx,Wn
operations
1701 State Road A -1-A, Suite 301
Vero Beach, Florida 32963
Tel: 561231.4301 Fax: 561231.4332
June 24, 1999
Mr. Ronald R. Brooks, Manager
Indian River County
Solid Waste Disposal District
1325 74th Avenue SW
Vero Beach, Florida 32968
Subject: Proposal for Landfill Financial Assurance for Fiscal Year 1999
Indian River County Solid Waste Disposal District Landfill
Continuing Services Contract 49901
Dear Mr. Brooks:
7- � _ 9�
/q 6 h/
Camp Dresser & McKee Inc. is pleased to submit our proposal to Indian River County to
perform engineering services for assisting Indian River County with Landfill Financial
Assurance and Survey Services for the Indian River County Landfill.
The following attachments are provided herein as part of the proposal:
s Attachment A: Engineering Work Authorization
■ Attachment B: Scope of Work
■ 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.
IL4 W -14' -
John G. Ladner, P.E.
JGL/jee
Attachments
APPROVED:
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/6706-PERMIT/E 110/DN5000
jemas.,�pa
•®
Date:
ATTACHMENT A
ENGINEERING WORK AUTHORIZATION
Work Authorization No. 02 for Consulting Services
County No. 9901 -Or -amp Dresser & McKee Inc. (Consultant) CDM Project No.
I. PROJECT DESCRIPTION
Consulting engineering services for Landfill Financial Assurance and Survey for FY 1999
for the Indian River County Solid Waste Disposal District (SWDD) Landfill.
II. SCOPE OF SERVICES
Reference is made to Attachment B, the attached Scope of Work and the "Professional
Engineering Services Master Agreement for Solid Waste."
III. CONSULTING ENGINEER INSURANCE REQUIREMENTS
A. Worker's Compensation Insurance in accordance with Florida Statutes.
B. Comprehensive and Automotive Liability with a m ni;unu ■ coverage of,
$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 covering
property damage.
D. Liability for Property Damage, while operating motor vehicle, with minimum limits of
$100,000 per occurrence.
E. Contractual Liability including limits established for Items III B, III C. and III D ahnv-.
F. Umbrella coverage, excess liability with minimum limits of $100,000 per occurrence.
A-1
• fi
46
a
it
IVIEKWORMS ON He) X 00
Engineering Services
Task 100 Landfill Financial Assurance.- Lump Sum $7,578
Task 200 Survey of Class I & C&D Landfill - Lump Sum !&14,208
Total $21,786
Lump Stem Cost Element
For the basic services performed for each task for a Lump Sum fee, Indian River County
Solid Waste District agrees to pay Camp Dresser & McKee Inc. partial payments to be
made on a monthly basis based on the percentage of work completed.
SUBMITTED BY:
CAMP DRESSER & McKEE INC.
(Consultant)
E. Lawrence Adams, Jr., P.E.
Vice President
DATE: 2
Ma
APPROVED BY:
INDIAN RIVER COUNTY
(Board of County Co........,sioncrs)
l ommissioner Kenneth R. Macht
Chairman
DATE:_
H
7 61,1,
Yrs'
7/7�Qr..
of
i
ATTACHMENT B
SCOPE OF WORK
LANDFILL FINANCIAL ASSURANCE AND SURVEY SERVICES
RL411
Indian River County currently operates a Class 1 landfill through a contract with Waste
Management, a Construction and Demolition (C&D) Debris Landfill facility and a Waste Tire
processing facility. Indian River County is required to provide financial assurance for each of
these facilities.
Task 100 - FINANCIAL ASSURANCE
CDM will assist Indian River County in preparing documents which demonstrate proof of
financial assurance for the cost of closing the Class 1 landfill, the C&D Debris Landfill and the
Waste Tire Processing center. CDM will also prepare an estimate of the cost of long-term care
for use in demonstrating proof of financial assurance. This information will be submitted to
Indian River County for review by the Solid Waste and Finance Department.
Task 200 - SURVEY
CDM will provide a survey and an assessment of airspace consumed for both the Class 1 landfill
and the C&D landfill. The survey work and volumetric modeling will be performed by Carter &
Associates. CDM will review the volumetric modeling and include a summary of estimated
waste density based on the results of the survey and volumetric modeling.
The survey will include a complete topographic survey of Segment II and the Infill to include the
surrounding ditches and entire surrounding roadways. In addition, complete a topographic
survey of the C&D landfill site. The survey of the C&D site is to include the fence -line and the
surrounding ditches and dikes that are adjacent to the C&D site. A 1" = 50' scale contour map
w4h nna fnna tnnr ]nte.^.raa!s, shall ,J r ,.....L duc—l_ t 1_
Ori. ». ., a pr�duva u vi tea. �, Siw vii ic�liUuul IV iviylar. The flue
foot contour intervals are to be bold lined.
In addition, we will perform volumetric modeling of Segment II and the Infill, as well as, the
C&D site. The results shall be provided in a report that specifically identifies space consumed
and space remaining based on construction and design criteria. For the Class I landfill the report
shall include an evaluation of the compaction of the waste and an analysis as to whether Waste
Management is meeting its compaction requirements and contract. For the C&D site an
evaluation of foot print and side slopes shall be provided with an analysis as to whether the site is
being operated and constructed in accordance with the permitted design. The report and survey
is to include the dates the field survey work was completed. Ten signed and sealed copies of the
report shall be provided.
lwns,wa B-1
as
to include the dates the field survey work was completed. Ten signed and sealed copies of the
report shall be provided.
The deliverables will include a report signed and sealed and contour maps at 1" = 200' scale on a
half size plan (11" x 17"). One copy of a reproducible Mylar of the 1" = 200' map shall be
provided for reproduction utilizing a copying machine. Written and numeric data must be
readable. A 24" X 36" drawing will also be provided. We will also provide the SWDD with the
survey data and drawings on 3-1/2" diskette in AutoCAD 12.0.
It is estimated that it will take approximately four weeks from the time that CDM receives notice
to proceed to complete the work outlined in Tasks 100 and 200. The survey will be performed
within one week of approval and the report submitted within one month.
G-2
••
ATTACHMENT C
PROJECT BUDGET
TASK 100
PROJECT: Indian River County Solid Waste Disposal District Landfill
Financial Assurance
DESCRIPTION: Preparation of Engineering Letter Report
CONTRACT Agreement between the Indian River County Board of County
REFERENCE: Commissioners and Camp Dresser & McKee Inc.
Labor Categg�r
Hours
Officer
2
Associate/Principal (ENEV-7/8)
18
Engineer (ENEV-3/4)
44
Support
U
Total Hours
94
Direct Salary Cost
$2,164
Indirect Salary Cost (0.393)
$850
TOTAL SALARY COST
$3,014
SALARY COST TIMES MULTIPLIER (2.35)
$7,083
OUTSIDE PROFESSIONALS:
$0
OTHER DIRECT COSTS:
$495
Printing, Covies, Corriinunications. Computer
TOTAL ESTIMATED FEE
$7,578
For the basic services under this Agreement, the County agrees to pay the Consultant a lump sum
fee of $7,578, partial payments to be made on a monthly basis
in accordance with the referenced
contract.
C-1
•8
4D
0
ATTACHMENT C
PROJECT BUDGET
TASK 200
PROJECT: Indian River County Solid Waste Disposal District Landfill
Survey and Volumetric Modeling
DESCRIPTION: Preparation of Engineering Letter Report
CONTRACT Agreement between the Indian River County Board of County
REFERENCE: Commissioners and Camp Dresser & McKee Inc.
Labor Category
Hours
Officer
0
Associate/Principal (ENEV-7/8)
Engineer (ENEV-3/4)
4
Support
4
Total Hours
14
Direct Salary Cost
$378
Indirect Salary Cost (0.393)
$149
TOTAL SALARY COST
$527
SALARY COST TIMES MULTIPLIER (2.35)
$1,238
OUTSIDE PROFESSIONALS:
$12,870
OTHER DIRECT COSTS:
$100
Printing, Copies, Communications, Computer
TOTAL ESTIMATED FEE
$14,208
For the basic services under this Agreement, the County agrees to pay the Consultant a lump sum
fee of $14,208, partial payments to be made on a monthly basis in accordance with the referenced
contract,
ja0798 e,,J
C-2
s6
40
e
CARTER ASSOCIATES, INC.
CONSULTING ENGINEERS AND LAND SURVEYORS
1708 2151 STREET
MARVIN E. CARTER, P.S.M.
I VRRO REACH, FLORIDA 32960.3472
DANA HOWARD. P.S.M.
.561.562.4101
DEAN F. IX_FTIIJI:' I :.
561-562-7 180(11AX)
'wwxarICrB ssor.co01
JOHN 11. ISLI'M, RE.
FRANK S. Cl'C.CURESE, RS.M.
MEMO
I):\\'ID E. LI I1'IIJE. P.% M.
C'sF.ORGE SIMONS, P.1:.
STEVE SNORERGER. P.E.
DATE: June 21, 1999
PATRICK S. WALTHER, P.E.
TO: John Ladner, P.E., CDM
FROM: Marvin Carter, P.S.M.
RE: Topography Survey of Segment II and Infill of the Class I
Landfill, and
The C & D Landfill
We propose to perform this survey utilizing Real Time Kinematic -- G.P.S. Survey procedures.
The breakdown of our task/estimate cost is as follows:
1) Surveyor II:
(a) Mission Planning/Set-up G.P.S. Program:
(b) Onsite Recon/Inspection of Control:
Sub -total
21 Field Crew Time:
(a) Establish/Locate Horizontal -Vertical Control:
(b) G.P.S./RTK location (2 units — 1 Base)
-
C&DHill:
Segment II & Infill
Sub -total
3) G.P.S. Equipment Cost:
6 days x 3 units @$200.00 each/day
4) Office (Surveyor 11)
8 hours
4 hour
12 hours @$65.00/Itr.= $780.00
3 hours
18 hours
36 hours
57 hours (a)$90.00/hr = $5,130.00
_ $3,600.00
Process G.P.S. Data 8 hours
Import to C.A.D.D.,Create/Edit TIN 8 hours
- C.A.D.D. Drawing/Volume Calcs. 24 hours
Sub -total 40 hours @$65.00/hr.= $2,600.00
5) Survey 1
Research, Administrative, Project Management
8 hours @,$95.00/hr.= $ 760.00
TOTAL ESTIMATE COST = $12,870.00
MERVERI.SEC RLTAR YWECUadnermemo.doc
�Altil•I� in�(I IGlsh
\tIL �i sm. VAI