HomeMy WebLinkAbout2000-085v
CDM C-tinp Dresser & McKee Inc.
2301 Maitland Cenler Parkway.5ulle 3W
Mailland, Florida 32751
Tel:407660.2552 Fax:407875.1161
March 3, 2000
Mr. Ronald R. Brooks, Manager
Indian River County SWDD
1325 74th Avenue SW
Vero Beach, Florida 92968
3- c,?/ �J
0RIGI11 AL
Subject; FY 99-00 Financial Assurance & Topographic Survey
Indian River County Solid Waste Disposal District Landfill
Dear Mr. Brooks:.
Q 0 FW
CDM is pleased to submit this proposal to prepare the Financial Assurance Report
for FY 99-00, to be submitted to FDEP as required by Chapter 62-701, F.A.C. This
proposal includes the services of a surveying subconsultant, computerized
modeling of remaining airspace, and preparation of an engineering report. CDM
will complete FDEP's Financial Assurance Cost Estimates forms for the Segment I,
Segment II, Infill and C&D landfills acid the Waste Tire Processing Operation and
include the forms as separate appendices. The following attachments are provided
herein as part of the proposal:
■ Attachment A: Engineering Work Authorization
■ Attachment B: Scope of Services
■ Attachment C: Project Budget
We appreciate the opportunity to provide these engineering services to Indian
Driver County. Should you have any questions, or need additional information,
please call.
Very truly yours,
CAMP DRESSER & McKEI INC.
John G. Ladner, P.E.
Attachments
APPROVED:
E. Lawrence Adams, Jr., PZ, DEE
Vice President
c: Donald R. Hubbs, P.E., Director, Indian River County SWDU
E. Lawrence Adams, Jr., P.E., DEE, CDM/VRB
Ftle:noon-t.I,nrels-tit'r.r.:l,nitc;CiJ�llfa-trl'Irilll� F.II0\L7IV.rt000
C:\I111[1U1alan4rlirc5 h or -I i n_H,,- FYIPJ A W.&V
•o
ti•
i
ash
ORIGINAL
AT'T'ACHMENT A
ENGINEERI!N
Date: Work Authorization No. 09 For Consulting Services
County No. 9901- 09 Camp Dresser & McKee Inc. (Comultant) CDM Project No.
I. PRUIECT DESCRIPTION - TASKS
Consulting Engineering Services related to the preparation of the Financial
Assurance Report for FY 99-00. This report is prepared in fulfillment of Chapter
62-701, F.A.C., which regulates solid waste management facilities.
li. SCOPE OF SERVICES
Reference is made to Attachment B, the attached Scope of Services and the
"Professional Engineering Services Master Agreement for Solid Waste".
III. CONSULTING ENGINEER INSURANCE REQUIREMENTS
�j The following insurance requirements will be provided in accordance with the
■ Master Services Agreement:
A. Workers Compensation Insurance in accordance with Florida Statues..
B. Automotive Liability with a coverage of $1,000,000 for a combined single limit,
C. General Liability with a limit of $2,000,000 for general aggregate coverage.
D, Professional Liability with an aggregate limit of $3,000,000.
A-7.
of
1-1
■r
40
IV. COMPENSATION FOR SERVICE
Engineering Services:
"Task 100 s Financial Assurance Report - FY 99-00 (Lump Sum) $7,578
`Cask 200 - Survey and Airspace Assessment (Lump Sum) $16,403
Task 340 - Computerized Volumetric Modeling (Lurnp Sum) $3,740
Total $27,721
Lump Sum Cost Elements
For the basic services performed for a lump sum fee, Indian River County Solid
Waste District agrees to pay Camp Dresser & McKee Inc. (CDM) partial payments
to be made on a monthly basis in proportion to the percentage of work completed.
SUBMITTED BY: APPROVED BY:
CAMP DRESSER & MCKEE INC. INDIAN RIVER COUNTY
(Consultant) Solid Waste Disposal District
By:n�
E. Lawrence Adams, 3r., P.E. Commissioner Fran B. Adams
Vice President Chairman
DATE: 151 151 0 A DATE; � March 21, 2000
—r
Al s
(1KrtRKWblirrL 4012°('+ d.
A-2
40
ATTACHMENT R
SCOPE OF SERVICES
.� INTR(7DiC�TFCt+d
Indian River County operates a Class I landfill through a contract with Waste Management
Inc., a Construction and Demolition (C&D) Debris Landfill facility and a Waste Tire
Processing facility. Indian Rive',' County is required by Chapter 62-701, F.A.C. to provide
financial assurance for each of these facilities.
4 Task 100 - FINANCIAL ASSURANCE
CDM will prepare documentation that demonstrates proof of financial assurance for the
cost of closing and providing long-term care for the Class I landfill, the C&D Debris
Landfill, and the Waste Tire Processing center. This documentation will be submitted for
review by the Solid Waste Disposal District and the Indian River County Finance
Department. Ten copies of the final document will be provided to the County.
Task 200 —SURVEY AND AIRSPACE ASSESSMENT
CDM will provide surveys and assessments of consumed airspace, performed by Carter
Associates, Inc. for the Class I and C&D landfills. The survey work for the Class I waste
area will include a complete topographic survey of the "Infill", the eastern top of Segment
I, as well as the ditches and roadways surrounding the Class I area. The topographic
survey of the C&D landfill site will include the waste area, as well as the fence -line and the
surrounding ditches and dikes adjacent to the C&D site. 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 deliverable from Carter Associates, Inc. will consist of a survey report identifying the
dates the field survey was completed. Airspace consumed and remaining airspace based
on construction and design criteria shall be specifically identified. The survey report shall
also include the results of the volumetric calculations for the Segment II portion of the
Class I landfill, as well as the C&D landfill area. Deliverables accompanying the report
shall include:
• A 1" = SO' scale contour map for each site with one -foot contour intervals in regular
weight lines, and five foot contour intervals in bold weight lines. Each contour map
shall also be provided on reproducible Mylar.
• Signed and sealed contour maps on 8'.h " by 14" paper of each landfill site in 1"' = 200'
scale. Each 1" = 200' scale neap shall also be provided on a reproducible Mylar.
• A 3 ih" diskette or CD with ASCII file of the survey data in AutoCAD RI4.
B-1
•/
ab
I-]
40
L-3
Twelve signed and sealed copies of the survey report shall be provided.
Task 300 -- COMPUTERIZED VOLUMETRIC MODELING
With the design plans that show the configuration of each landfill site at build -out, CDM
will perform volumetric modeling of Segment 11, the Will, and the C&D sites. The results
will be provided in the Financial Assurance report that specifically identifies the total
airspace available in each landfill area, based on construction and design criteria.
Volumetric modeling of the total airspace available using a three-dimensional civil
software package is more accurate than spreadsheet estimates. This will allow a better
estimate of the remaining life of both the Class I Landfill and the C&D Landfill.
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 contractuai
compaction requirements. 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.
SCHEDULE
It is estimated that it will take approximately four months from the time that CDM receives
notice to proceed to complete the work outlined in Tasks 100, 200, and 3010. The survey
will be field documented by July 1, 2000, and the subsequent survey and survey report
will be completed by August 1, 2000. The completed Financial Assurance Report will be
completed by September 1, 2000.
B-2
ATTACHMENT C
PROTECT" BUDGET
TASK 100
PROJECT: Indian River County SWDD FY 99-00 Financial Assurance
DESCRIPTION: Preparation of Financial Assurance Report for IRC's Fiscal Year 1999
2000, as required by Chapter 62-701, F.A.C.
CONTRACT Agreement between the Indian River County Board of County
REFERENCE: Commiss oneiLi and Camp Dresser & McKee Inc.
Labor Category,
Officer
Associate/ Principal (ENEV-7/8)
Engineer (ENEV-3/4)
Support
Total
Hours Total
2
18
44
30
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:
Printing, Copies, Communications,
Computer $495
TOTAL ESTIMATED FEE $7,578
For the basic services under Task 100 of the Agreement, the County agrees to pay the
Consultant a lump sum fee of $7,578. Partial payments are to be made on a monthly basis
in accordance with the referenced contract.
C-1
•
ATTACHMENT C
PROJECT BUDGET
TASK 200
PROJECT: Indian River County SWDD FY 99-00 Financial Assurance
DESCRIPTION: Topographic Survey and Airspace Consumption Assessment of Class I
and C&D Landfill Cells
CONTRACT Agreement between the Indian River County Board of County
REFERENCE: Commissioners and Camp Dresser & McKee Inc.
Labor CategoM
Hours
Total
Officer
0
Associate/ Principal (ENEV-7/8)
6
Engineer (ENEV-3 j4)
4
Support
4
Total
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
$15,055
OTHER DIRECT COSTS:
Printing, Copies, Communications, Computer,
Travel $100
TOTAL ESTIMATED FEE $16,403
For the basic services under Task 200 of this Agreement, the County agrees to pay the
Consultant a lump sum fee of $16,403. Partial payments are to be made on a monthly basis
in accordance with the referenced contract.
C-2
ATTACHMENT C
PROTECT BUDGET
TASK 300
PROJECT: Indian River County SWDD FY 99-00 Financial Assurance
DESCRIPTION: Computerized Volumetric Modeling;
CONTRACT Agreement between the Indian Diver County board of County
REFERENCE: Commissioners and Camp Dresser & McKee Inc.
Labor Categar-y, Hours Total
Officer 0
Associate/ Principal (ENEV-7/8) 1
Engineer (ENEV 3/4) 2
Designer 32
Total 35
Direct Salary Cost
$1,068
Indirect Salary Cost (0.393)
$420
TOTAL SALARY COST
$1,48€3
SALARY COST TIMES MULTIPLIER (2.35)
$3,496
OUTSIDE PROFESSIONALS
$0
OTHER DIRECT COSTS:
$244
Printing, Copies, Communications,
Computer
TOTAL ESTIMATED FEE
$3,740
For the basic services under Task 300 of this Agreement, the County agrees to pay the
Consultant a lump sum fee of $3,740. Partial payments are to be made on a monthly basis
in accordance with the referenced contract.
C-3
of
40
40
i
02/28/00
40 .
v
HON 10:1 FAX 561 502 7180 CARTER & ASSOC
CARTER ASSOCIATES, INC.
CONSULTING ENGINEERS AND LAND SURVEYORS
17Ua e a sr STREET
VERA REACH. PLORitrn 33M 0.31692
361.3R2-AIRI
nR 1-r rz-71 rM (VAK)
wa .Mrt0r11mo['"Fn
R
DATE: February 28, 2000
TO: John Ladner, P.E., CDM
FROM: David E. Luethje, P.S.M.
MARVIN r-,. CARTnR. P.S.M.
IMAN K UMTII re, P.n. m.. W.
J01" IL BWM. P-33.VRANK S.(:i'S:CiIRRSCg, P.S.M.
DAVID E. Lt'CTIt1E, P.S.M.
CeLi71WE SIMON'SI PX,
$'vR SNOHVKC;ER. P.Q.
I'ATKN;K S. W'AurRaR. 1'.1?.
RE:
Topography Survey of Segment TT and Infill of the Class I Landfill, and
.(r:�.D�and�fillr 4,r
d I,.
We
ab{�1 tS` tt it Fit 74 tlkl� Iri+l i>11 r.11 �.s R. 1 ,,: F _..
propose to Be r QYirt`thus`gurvey4,txiirklb'gaeAlTime ,Kintmistic G1' S: Survey procedures. The
breakdown ot`,oi{l tasklcsriinatexcost s as{p}laws
1)
Surveyor 11.-
l:(a)
(a)
Mission Planning/Set-up G.P.S. Program
(b)
Onsite Recon/Inspection of Control:i113ulTsal,,[,a•s+r.
1 •illl�u..r:...sl::, skelf.
Sub -total:
iia@asoixn;t =s 1,275.00
2)
Field Crew Time:
(a)
Establishll,ocateHorizontal-Vertical Control:
11 .
.n;s.•',;.:�..'•:".i:
b
G.P.S.1RTK location 2units-- I Basc
- C&DHill;
l8`lrpgrp; ; , •,�%i:; ;:;:.,,r
- Segment ll & Infill
3i, hottrs:; pl '+ +ryl lYrr!
Al11
Sub -total:
57 hourst};`l`,;�,als.no
�'.1i ii Fl illi
3)
G.P,S. Equipment Cast:
13liy
a>.;. ilCCrrf;;ts
N,,:i� Sl ,es
6 days x 3 units @@200.00 eachlday
:''=S 3,600.40
4)
0Mee (Surveyor 11)
- Proccss G.P.S. Data
8 hours
- Import to C.A.D.D.,Create/Edit TIN
8 hours
- C.A,D.D, Drawing(Volurne Cales.
28 hQu
Sub -total; 44 hours @S85.00/hr. -g 3,740.00
S) Survey II
- Research, Administrative, Project Management 4 hours n@V 15.00/hr. —5 1.035.00
TOTAL ESTIMATE COST =51505.00
t , FW(Us
J:tiM''%PAQPQSAL.LSTICR.1.1bdnerlmdTlllcit2OOo.6m IrlCe 1g11�
ids oo1