Loading...
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