Loading...
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