HomeMy WebLinkAbout2000-217C>
L-:3
LA
16DM Calnp Dresser & McKee Inc.
cnnsu" 1701 State Road A -1-A, Suite 301
evne" Vero Reach. Florida 32963
CmIt IM Tel:561231.4301 Fax:561 231-A332
pper�Qans
June 12, 2000
Mr. Ron Brooks
Manager, Solid Waste Disposal District
Indian River County
Vero Beach, Florida 32960
i.. i ,', .i_,
Subject: Repairs to Convenience Centers
Indian River County Solid Waste Disposal District
Dear Mr. Brooks:
ff4
slivil
LAl)
FlEf:l<~�;lf; It
JUN20011
/ # t
Camp Dresser & McKee Inc. (CDM) is pleased to submit this proposal to Indian River
County to perform engineering services for the above referenced project. This project is
to address repairs identified by County staff.
The following attachments are provided herewith as part of the proposal:
r Attachment A: Engineering Work Authorization
w Attachment B: Scope of Services
w Attachment C: Project Budget
We appreciate the opportunity to assist Indian River County in performing this project. If
you have any questions, or need additional information, please feel free to call.
Very truly yours,
CAMP DRESSER & McKEE INC. APPROVED:
Jon Ladner, P.E. E. Lawrence Adams, Jr., P.E., DEE
Vice President
Attachments
cc: D. Hobbs w/attachment
File: 0000-ELANB-MT.I;LAIRC w/attachment
Rh:{Id1
40
O
W
ATTACHMENT A
ENGINEERING WORK AUTHORIZATION
Date: Work Authorization No. 111 — for Consulting Services
County No, 9901-11 Camp Dresser & McKee Inc. (Consultant) CDM Project No.
1. PRO ECT DESCRIPTION
Provide engineering services to evaluate, design, and construct repairs at the Convenience
Centers operated by Indian River County Solid Waste Disposal District. Three items have
been identified by County staff. The retaining wall at the Roseland Center is damaged and
is being temporarily restrained. The Winter Beach and the Oslo Centers require a means of
travel between the upper and lower levels of the Centers.
II. SCOPE OF SERVICES
Engineering services to facilitate the evaluation, design, and construction of repairs required
to remediate the following items at the Convenience Centers:
A. Roseland Center; Evaluate, design, and repair the northern section of the retaining wall
that is damaged.
B. Oslo and Winter Beach Centers: evaluate and design a means of travel between the
upper and lower levels to be used by the employees.
CDM will hire John Dean Associates to perform the architectural and structural design.
John Dean Associates will hire the contractor to perform the work designated above.
III. CONSULTING ENGINEER INSURANCE RE UIREMENTS
The following insurance requirements will lie 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
r0141,dw
A-1
do
•
IV. COMPENSATION FOR SERVICES
Task 1.0 - Assess Hazard and Design Remediation $12,000 Upper Limit
Compensation for Task 1.0 is to be paid on a salary cost basis plus other direct costs on an as
needed basis. (See Attachment B).
A. Salary Cost Basis with Upper Limit
For the Basic Services performed on a salary cost basis with an upper limit, IRC agrees to
pay CDM as follows:
For engineering services performed by CDM, the payment will be equal to the salary
cost of such services for each employee times 2.35 for overhead and profit plus actual
out-of-pocket expense costs. Salary cost is equal to 1.393 times direct salary costs and is
defined as the cost of salaries (including sick leave, vacation, and holiday pay applicable
thereto) for time directly chargeable to the project; plus unemployment, excise, and
payroll taxes; and contributions for social security, employment compensation
insurance, retirement benefits, and medical and other group insurance benefits.
Actual out-of-pocket expense costs are all costs other than salary costs that are incurred
during the progress of the work. the actual out-of-pocket expense costs include: air fare,
automobile rental if required, mileage charges, parking tolls, taxi, meals, lodging,
telephone, printing and reproductions costs, and other miscellaneous costs incurred
specifically for this project. The maximum cost for blueprint sheets is $1.10. The
maximum cost for mylar sheet is $11.00 and sepia sheet is $5.00. The charges for in-
house computer program and word processor usage will be at CDM"s regular rates. For
outside computer services, charges will be made at invoiced cost to CDM,
For the basic services performed on a salary cost basis with an upper limit, IRC agrees to
provide a written request before work is started by CDM.
&314tda A-2
•
•
SUBMITTED BY:
CAMP DRESSER & McKEE INC.
E. Lawrence Adams, Jr., P.E.
Vice President
Witnessed by:
County Attorney
Approved as to Form and Legal Sufficiency
e & �
amen E. Chandler,
County Administrator
63141.do
APPROVED BY:
INDIAN RIVER COUNTY, FLORIDA
Commissioner Fran Adams
Chairman
Approved by BCC 07-11-2000
Attest:
Jeffery K. Barton, Clerk of Circuit Court
i
s+�
Deputy
A -s
f 3
40
•
C-1
ATTACHMENT B
SCOPE OF SERVICES
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEERING SERVICES FOR
REPAIRS TO CONVENIENCE CENTERS
PROJECT UNDERSTANDING
The Solid Waste Disposal District has identified three items that require repairing at the
Municipal Solid Waste Convenience Centers. The work consists of repairing a broken and
dislodged portion of the retaining wall on the southern end of the Roseland Center. The Oslo
and Winter Beach Centers require a means of travel between the upper and lower levels. Since
County Staff identified these issues requiring immediate response, CDM will coordinate the
design and Construction of the remediation with John Dean Architect. John Dean Architect
will meet with CDM, visit each site, and make recommendations. Capon acceptance by County
Staff, the recommendations will be designed and constructed. John Dean will negotiate a Price
and hire a contractor to perform the construction. John Dean will review the construction in the
field and authorized invoices when construction is complete.
Task 1.0 - Engineering, Architectural, and Construction Services
CDM has visited the three sites requiring remedial action. CDM met with John Dean Architect
to provide a proposal and recommendations regarding the repair to the retaining wall, and the
means of travel between the upper and lower levels of the convenience centers identified above.
The fees in the proposal are based on the following recommended actions-
A. The broken portion of the retaining wall at Roseland will be removed alomig with a small
amount of concrete slab on the upper level. Rebar dowels will be drilled into the existing
concrete and a new section of retaining wall be formed. Tile retaining wail will be poured
in place and a similar handrail installed. The section of slab on the upper deck will be
replaced where it was removed. A temporary warning fence will be used during
construction.
S. Oslo Convenience Center: Tire installation of a stairway at the retaining wail between the
upper and lower level is not practical at this time. A stairway would block the access to the
retaining wall by the roll -off truck. There is a highly eroded pathway between the upper
and lower levels. John Dean recommends the pathway be filled with soil and compacted.
Approximately 75 feet of 4 feet high chain-link fencing be installer{ to protect the public
from the drop-off. Beyond the end of the fence and a safe distance from the road, a set of
concrete steps (7-10 steps) will be poured with a handrail to make the transition between
the upper and lower levels. The pathway leading to the steps would be made of marl.
RVI 141
B-1
C. Winter Beach Convenience Center: The installation of a stairway between the upper and
lower areas is not practical at this time. John Dean recommends the current pathway be
blocked with barrier posts, preventing the employees from going between the fence and
the retaining wall railing. A pathway made of Marl would be constructed leading to a
newly installed gate in the fence north of the drop-off area. The pathway would resume
beyond the gate and lead to the lower level.
The use of stairway between the upper and lower levels is not recommended based on their
capital costs and limitations they would place on an over-all site assessment which may be
performed in the near future. The intent is to provide a rapid, inexpensive solution to problems
identified County staff. The recommendations above represent a near term solution to
problems which will be addressed further in a comprehensive evaluation of all five of the
convenience centers.
A licensed and insured contractor will be hired as a subcontractor to John Dean Architect to
perforin the project as approved by county staff. The Contractor's fee will be part of John
Dean's outside professional fee. John [lean will oversee and manage the construction of the
project. Since time is of the essence in addressing these items, the contractor will be hired with
a negotiated price without a formal bid process. Work would proceed immediately upon
authorization. We believe these items to be maintenance and restorative in nature requiring no
construction permits. However, should permits be required, there would be additional delay
and expenses incurred.
RB141 B-2
ATTACHMENT C-1
PROJECT BUDGET
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEEERING SERVICES FOR
REPAIRS TO CONVENIENCE CENTERS
PROJECT: 'Repairs to the SWDD Convenience Centers
D'iSCRIPTION: Tasks 1.0 Engineering, Architectural, And Construction
Services
CONTRACT Agreement between the Indian River County Board of County
REFERENCE: Commissioners and Camp Dresser & McKee Inc.
LaborCategory Hours
Total
Officer (ENEV-9) 2
Professional Il (ENEV-3j4) 16
Administrative Support
TOTAL HOURS: 22
Direct Salary Cost
$576
Indirect Salary Cost (0.393)
$226
TOTAL SALARY COST:
$802
SALARY COST TIMES MULTIPLIER (2.35):
$1.885
OTHER DIRECT COSTS:
Printing, Copies, Communication, Computer
$130
OUTSIDE PROFESSIONALS
John Dean Associates
$4,000
Contractor (to be named later)
$6,00'0
TOTAL ESTIMATED COSTS:
$12,015
USE
-M MOP
,0141 &c C-1