Loading...
HomeMy WebLinkAbout2003-111 � O & • 03 CDM ORIGINAL o3 - l � I 1701 Highway A- 1 -A, Suite 301 Vero Beach , Florida 32963 tel: 772 231 -4301 fax: 772 231 -4332 y April 4, 2003 SWDD LANDFILL Vil I-)EEEIVED Mr . Mike Frey Managing Director Indian River County —" Solid Waste Disposal District 1325 74th Avenue SW Vero Beach, Florida 32960 Subject: Engineering Services for Annual Permitting Assistance for the Calendar year 2003 Indian River County Solid Waste Disposal District CDM Work Authorization No . 21 Dear Mr. Frey: CDM is pleased to submit this proposal to IRC to perform engineering services for the above referenced project. This project is to provide selected permitting services which are required each year by FDEP permit. CDM understands that IRC SWDD staff will be performing some tasks formerly performed by CDM . In addition, CDM will assist the SWDD in replacing the existing recycling baler at the landfill and in negotiations regarding the Class 1 Operations Contract extension. The services in this proposal include : ■ Financial Assurance, ■ Full Cost Accounting, ■ Recycling Baler Improvements, ■ Class I Operations Contract Negotiations Assistance, ■ General Technical Assistance . The Engineering Work Authorization, Scope of Services, and Project Budget are provided herewith as Attachments A, B, and C, respectively. We look forward to the opportunity to assist IRC in performing this project. If you have any questions or require additional information, please call me at your convenience . V ry truly our , Approved by : Ladner, P. E . Alex H . Makled, P. E . , DEE Project Manager Vice President Camp Dresser & McKee Inc . Camp Dresser & McKee Inc . mh1163 consulting • engineering • construction • operations Mr. Michael Frey April 4, 2003 Page 2 File: 0000-AHMNB-MT.AHMIRC 6706-Permit-E110 cc: Martin J. Lewis, P. E ., CDM/ VRB mh1163 ATTACHMENT A ENGINEERING WORK AUTHORIZATION Date: Work Authorization No, For Consulting Services County No. 9901-21 Camp Dresser & McKee Inc . (Consultant) CDM Project No . I. PROTECT DESCRIPTION Consulting Engineering services to provide selected permitting services which are required each year by FDEP permit. These services include : Financial Assurance Full Cost Accounting Recycling Baler Improvements Class I Contract Negotiations Assistance General Technical Assistance II. 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 A. Workers Compensation Insurance in accordance with Florida Statues . B . Automotive Liability with coverage of $1,000,000 for a combined single limit. C. General Liability with a limit of $2,000,000 for general aggregate damage . D . Professional Liability with an aggregate limit of $3,000,000 . IV$ COMPENSATION FOR SERVICES Task 1 . 0 - Financial Assurance Not To Exceed $ 28,239 . Task 2. 0 - Full Cost Accounting Not To Exceed $ 61331 . Task 3 . 0 - Recycling Baler Improvements Not To Exceed $ 27,881 . Task 4. 0 - Class I Operations Contract Negotiations Assistance Not To Exceed $ 15,000 . Task 5 . 0 - General Technical Assistance Not To Exceed $ 40,000 . Total $ 117,451 . A- 1 mh1163 Not To Exceed Cost Elements - 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, and lodging all in accordance with reimbursement rates set forth in Section 112.061, Florida Statutes (1999), as amended, and telephone, printing and reproduction 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. SUBMITTED BY: APPROVED BY: CAMP DRESSER & McKEE INC. INDIAN RIVER COUNTY Solid Waste Disposal District 04 KI X41. B Alex H. Makled, P. E ., DEE ' hairman Kenneth . Macht Vice President BCC Approved : May 6 , 2003 Witnessed by: Attest: J. K. Barton, Clerk - pf 'eey 17 UC By : Deputy Clerk b A-2 mh 1163 ATTACHMENT B SCOPE OF SERVICES AND PROTECT SCHEDULE INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT ENGINEERING SERVICES FOR ANNUAL PERMITTING SERVICES - 2003 PROTECT UNDERSTANDING Each year IRC SWDD is required to document environmental compliance in accordance with several different permits . CDM assists IRC with some of these submittals to FDEP each year. In addition, an assignment involving improvements to the Recycling Operation by replacing the existing baler has been added as Task 3 . 0 . This project is to provide permitting services which are required including: - Task 1 . 0 - Financial Assurance - Task 2 . 0 - Full Cost Accounting - Task 3 . 0 - Recycling Baler Improvements - Task 4 . 0 - Class I Operations Contract Negotiations Assistance - Task 5 . 0 - General Technical Assistance CDM will coordinate with the SWDD in order to provide timely execution of each portion of this project. TASK 1 .0 - FINANCIAL ASSURANCE IRC 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 . IRC is required by Chapter 62-701, F. A. C. to provide financial assurance for each of these facilities . TASK 1 .1 - FINANCIAL ASSURANCE REPORT CDM will prepare documentation that demonstrates proof of financial assurance for the cost 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 SWDD and IRC Finance Department. Eight copies of the final document will be provided to IRC. CDM will meet with IRC up to six times to discuss issues and to provide needed coordination. CDM will also respond to FDEP correspondence regarding Financial Assurance . TASK 1 .2 - 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 . B- 1 mh1163 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 berms adjacent to the C&D site and the C&D Expansion area . 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 portions of the Class I landfill, as well as the C&D landfill area. Deliverables accompanying the report shall include : A 1 " = 50' 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 will be provided on 81/2 " by 14" paper of each landfill site in 1 " = 200' scale. Each 1 " = 200' scale map shall also be provided on a reproducible Mylar. A diskette or CD with ASCII file of the survey data in AutoCAD R14 will also be provided . 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 contractual compaction requirements. For the C&D site, an evaluation of footprint 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 1 .1 ad 1 . 2. The survey will be field documented by June 15, 2003 and the subsequent survey and survey report will be completed by July 15, 2003 . The completed Financial Assurance Report will be completed by September 1, 2003 . TASK 2. 0 - FULL COST ACCOUNTING STUDY AND REPORT FOR FISCAL YEAR 2001 -2002 Under provisions of Chapter 62-708 .300 (3), Florida Administrative Code, IRC SWDD is required to determine and publicly disclose the full cost of solid waste management within its service area for Fiscal Year 2001-2002. CDM will prepare a report setting forth the full cost of solid waste management for Fiscal Year 2001-2002 in accordance with the requirements of Chapter 62-708, Florida Administrative Code . CDM will also prepare a draft public notice based on the full cost of solid waste management in IRC for Fiscal Year 2001-2002 . CDM will provide a draft report and public disclosure notice to IRC by March 22, 2003 assuming receipt of all data required to perform the study by March 1 , 2003 . B-2 mh1163 After receipt of comments, CDM will submit the final report and public disclosure notice within two weeks . IRC is required to advertise this public disclosure notice in a local newspaper by the end of March. TASK 3 . 0 - RECYCLING BALER IMPROVEMENTS SWDD operates a Baler as part its Solid Waste Management Recycling program. The Baler is used to prepare high quality bales of aluminum cans, steel cans, plastics and cardboard which are sold to recyclers . The existing baler and feed conveyor need significant repairs to continue to operate efficiently. CDM will assist SWDD in replacing the existing baler and the existing feed conveyor with new, more efficient equipment for the recycling operation. No changes are expected at this time for the existing Baler building, however on evaluation of the existing concrete foundation will be necessary. CDM will perform a conceptual layout of the new Baler in the existing building to verify that the configuration will work. CDM will visit one operating installation of a Baler of the type to be used for this project. An installation which processes material identical, or similar to that to be processed at IRC will be chosen for the visit. CDM will develop a specification for use by IRC SWDD in obtaining vendor quotes for this work. CDM will also assist in developing a list of suitable manufacturers for this equipment. SWDD will solicit the quotes and CDM has budgeted 8 hours for limited assistance in answering questions of the vendors . CDM will provide limited assistance during construction and startup . A review of a shop drawing submittal is included, and observation for 1 day during testing after startup . This work will require the assistance of John Dean in evaluating structural impacts and electrical needs of the new equipment. John Dean will evaluate the existing structural slab and the structural requirements of the new Baler . If modifications of the existing slab are required he will provide a design which strengthens the existing slab to accommodate the new Baler. In addition, John Dean will evaluate the existing electrical service for the existing Recycling Baler building. If additional power is needed for the replacement Baler infeed conveyor or for the new Recycling Baler a design will be provided for this additional electrical service . Also the installation of a small sump pump has been discussed with SWDD to improve drainage in the existing Baler building. This sump pump would be located in the bottom of the existing Baler infeed conveyor pit and would discharge water to the existing landfill sanitary sewer . The electrical design would include providing power to the new sump pump . TASK 4.0 - CLASS I OPERATIONS CONTRACT NEGOTIATIONS ASSISTANCE This task consists of consulting engineering services for assistance with negotiations with Waste Management Inc . of Florida (WMIF) for an extension to the existing Class I Operations Contract. After preliminary discussions with WMIF and a review of the current costs for disposal of Class I waste, it has been agreed that SWDD will attempt to negotiate an extension to the existing B_3 mh1163 contract with WMIF as authorized by the Indian River County Board of County Commissioners (BOCC) . CDM and the County will meet with WMIF to negotiate an extension to the existing Class I Operations Contract. Initially SWDD and CDM will meet with WMIF to discuss the issues requiring contract modifications . These issues have been identified in order that they can be evaluated and contract modifications proposed . CDM will evaluate the historical Class I tonnages in order to make projections of future tonnages . This will be important in order to make estimates of the cost of Class I disposal through the term of the contract for budgeting purposes by SWDD . SWDD and CDM will meet with WMIF to discuss the proposed pricing for Class I disposal for the term of the Contract extension. This discussion will involve detailed review of the basis for pricing additional contract provisions which may be added as part of the Contract extension. CDM will also be available to meet with SWDD and Indian River County Legal to discuss proposed Contract revisions by WMIF. IRC Legal will review the proposed language prior to presenting the Contract extension to the BOCC. When an agreement has been reached or the allotted time used the Contract will then be submitted to the BOCC with a recommendation by SWDD for a BOCC decision. TASK 5 .0 - GENERAL TECHNICAL ASSISTANCE CDM will provide General Technical assistance to IRC SWDD staff on an as needed basis . SWDD staff are performing a number of the tasks required annually by the current FDEP Landfill permits. CDM will provide support as needed for the SWDD staff as they perform these tasks . Each task will be authorized and documented up the budgeted amount for this task. The following schedule is anticipated for the work in this proposal. SCHEDULE Task Completion Date 1 . 0 Financial Assurance Report September 1, 2003 Site Survey July 15, 2003 2 . 0 Full Cost Accounting Report March 28, 2003 3 .0 Recycling Baler Improvements July 1, 2003 4 . 0 Class I Operations Contract Negotiations Assistance May 15, 2003 5 .0 General Technical Assistance Throughout the Year B-4 mh 1163 Indian River County Solid Waste Disposal District Annual Permitting Services--2003 DETAILED SUMMARY OF HOURS AND SALARY COSTS Task Task No Description Officer Principal Engineer 5/6 Engineer 3/4 Engineer 1 /2 Drafter Clerical Totals $60 . 00 $45 . 00 $35 . 00 $25 . 00 $20 . 00 $ 18 . 00 $ 15 . 00 hrs hrs hrs hrs hrs hrs hrs hours $ 1 . 0 Financial Assurance Financial Assurance Report 8 8 12 44 58 0 24 154 $ 3 , 880 Survey and Airspace Assessment 0 6 0 4 0 0 4 14 $ 430 NOT TO EXCEED SUBTOTAL- Financial Assurance--hours 8 14 12 48 58 0 28 168 $ 4 , 310 2 . 0 Full Cost Accounting Full Cost Accounting Report 2 8 0 24 24 0 16 74 $ 11800 NOT TO EXCEED SUBTOTAL- Full Cost Accounting--hours 2 8 0 24 24 0 16 74 $ 1 , 800 3 . 0 Recycling Baler Improvements Conceptual Layout 0 4 8 4 8 4 4 32 $ 852 Visit Existing Excel Baler Operation 0 8 0 8 0 0 0 16 $ 560 Bid Specification for Vendor Quotes 2 8 8 12 6 8 8 52 $ 11444 Construction Assistance 0 4 8 20 4 4 8 48 $ 1 , 232 SUBTOTAL- Recycling Baler--hours 2 24 24 44 18 16 20 148 $ 4 , 088 4 . 0 Class I Operations Contract Negotiations Class I Operations Contract Negotiations 8 50 0 40 16 0 16 130 $ 41290 SUBTOTAL- Class I Operations Contract Negotiations--hours 8 50 0 40 16 0 16 130 $ 4 , 290 5 . 0 General Technical Assistance General Technical Assistance 20 40 40 80 172 55 40 447 $ 111430 4/4/2003TableB-2 2003pennittingservicesrev4-03 Page 1 Indian River County Solid Waste Disposal District Annual Permitting Services--2003 DETAILED SUMMARY OF HOURS AND SALARY COSTS Task Task No Description Officer Principal Engineer 5/6 Engineer 3/4 Engineer 1 /2 Drafter Clerical Totals $60 . 00 $45 . 00 $35 . 00 $25 . 00 $20 . 00 $ 18 . 00 $ 15 . 00 hrs hrs hrs hrs hrs hrs hrs hours $ SUBTOTAL- General Technical Assistance -hours 20 40 40 80 172 55 40 447 $ 11 , 430 GRAND TOTAL OF CDM LABOR-- Hours 40 136 76 236 288 71 120 E967 $ 25 918 4/4/2003TableB-2 2003pennittingservicesrev4-03 Page 2 ATTACHMENT C4 PROTECT BUDGET INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT ENGINEERING SERVICES FOR ANNUAL PERMITTING SERIVCES - 2003 PROJECT: Indian River County SWDD Annual Permitting Services - 2003 DESCRIPTION: Task 1 .1 - Preparation of Financial Assurance Report Task 1 .2 - Survey and Airspace Assessment CONTRACT REFERENCE : Agreement between Indian River County Board of County Commissioners and Camp Dresser & McKee Inc . Labor Category, Hours Rate Total Officer / Senior Engineer (ENEV-8 / 9) 8 $60 . 00 $480 Associate / Principal (ENEV-7/ 8) 14 $45 .00 $630 Engineer (ENEV-5/ 6) 12 $35 . 00 $420 Engineer (ENEV-3/ 4) 48 $25 . 00 $1,200 Engineer (ENEV-1 / 2) 58 $20 . 00 $1 ,160 Support 28 $15 . 00 $420 Total Hours 168 Direct Salary Cost $4,310 Indirect Salary Cost (0.393) $1,694 TOTAL SALARY COST $6,004 SALARY COST TIMES MULTIPLIER (2.35) $14,109 OUTSIDE PROFESSIONALS - Carter & Associates $13,140 OTHER DIRECT COSTS: Printing, Copies, Communication, Computer $990 TOTAL ESTIMATED FEE $28 ,239 For the basic services under this Agreement, the County agrees to pay the Consultant a fee not to exceed of $28,239. Partial payments will be made on a monthly basis in accordance with the referenced contract. C- 1 mh1163 ATTACHMENT C-2 PROTECT BUDGET INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT ENGINEERING SERVICES FOR ANNUAL PERMITTING SERIVCES - 2003 PROJECT: Indian River County SWDD Annual Permitting Services - 2003 DESCRIPTION: Task 2. 0 - Preparation of Full Cost of Solid Waste Management Report And Public Disclosure Notice for Fiscal Year 2001-02 CONTRACT REFERENCE : Agreement between Indian River County Board of County Commissioners and Camp Dresser & McKee Inc . Labor Category, Hours Rate Total Officer (ENEV-8/ 9) 2 $60 .00 $120 Associate / Principal (ENEV-7/ 8) 8 $45 .00 $360 Engineer (ENEV-3/ 4) 24 $25 .00 $600 Engineer (ENEV-1 / 2) 24 $20.00 $480 Support 16 $15 .00 $240 Total Hours 74 Direct Salary Cost $1 ,800 Indirect Salary Cost (0 .393) $707 TOTAL SALARY COST $2,507 SALARY COST TIMES MULTIPLIER (2.35) $5,891 OTHER DIRECT COSTS: Printing, Copies, Communication, Computer $440 TOTAL ESTIMATED FEE 6 331 For the basic services under this Agreement, the County agrees to pay the Consultant a fee not to exceed of $6,331 . Partial payments will be made on a monthly basis in accordance with the referenced contract. C-2 mh1163 ATTACHMENT C-3 PROTECT BUDGET INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT ENGINEERING SERVICES FOR ANNUAL PERMITTING SERIVCES - 2003 PROJECT: Indian River County SWDD Annual Permitting Services - 2003 DESCRIPTION: Task 3 . 0 - Recycling Baler Improvements CONTRACT REFERENCE : Agreement between the Indian River County Board of County Commissioners and Camp Dresser & McKee Inc . Labor Category, Hours Rate Total Officer 2 $60. 00 $120 Associate / Principal (ENEV-7/ 8) 24 $45 . 00 $1,080 Engineer (ENEV-5/ 6) 24 $35 . 00 $840 Engineer (ENEV-3/ 4) 44 $25 . 00 $1 ,100 Engineer (ENEV-1 / 2) 18 $20 . 00 $360 Drafter 16 $18 . 00 $288 Support 20 $15 .00 $300 Total Hours 148 Direct Salary Cost $4,088 Indirect Salary Cost (0 .393) $1 ,606 TOTAL SALARY COST $5,694 SALARY COST TIMES MULTIPLIER (2.35) $13,381 Outside Professionals - John Dean & Associates $13,000 OTHER DIRECT COSTS: $1 ,500 TOTAL ESTIMATED FEE 27 881 For the basic services under this Agreement, the County agrees to pay the Consultant a fee not to exceed of $27,881 . Partial payments will be made on a monthly basis in accordance with the referenced contract. C-3 mh1163 i ATTACHMENT C4 PROTECT BUDGET INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT ENGINEERING SERVICES FOR ANNUAL PERMITTING SERIVCES - 2003 PROJECT: Indian River County SWDD Annual Permitting Services - 2003 DESCRIPTION: Task 4. 0 Class I Operations Contract Negotiations Assistance CONTRACT REFERENCE : Agreement between Indian River County Board of County Commissioners and Camp Dresser & McKee Inc . Labor Category. Hours Rate Total Officer / Senior Engineer 8 $60 . 00 $480 Associate / Principal (ENEV-7/ 8) 50 $45 . 00 $2,250 Engineer (ENEV-3/ 4) 40 $25 . 00 $1 ,000 Engineer (ENEV-1 / 2) 16 $20. 00 $320 Support 16 $15 .00 $240 Total Hours 130 Direct Salary Cost $4,290 Indirect Salary Cost (0 .393) $1 ,686 TOTAL SALARY COST $5,976 SALARY COST TIMES MULTIPLIER (2.35) $14,044 OTHER DIRECT COSTS: Printing, Copies, Communication, Computer $956 TOTAL ESTIMATED FEE 15 000 For the basic services under this Agreement, the County agrees to pay the Consultant a fee not to exceed of $15,000. Partial payments will be made on a monthly basis in accordance with the referenced contract. Ci-4 mh1163 ATTACHMENT C-5 PROTECT BUDGET INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT ENGINEERING SERVICES FOR ANNUAL PERMITTING SERIVCES - 2003 PROJECT: Indian River County SWDD Annual Permitting Services - 2003 DESCRIPTION: Task 5 .0 General Technical Assistance CONTRACT REFERENCE: Agreement between Indian River County Board of County Commissioners and Camp Dresser & McKee Inc . Labor Category, Hours Rate Total Officer 20 $60 .00 $1 ,200 Associate / Principal (ENEV-7/ 8) 40 $45 . 00 $1 ,800 Engineer (ENEV-5/ 6) 40 35 .00 $1,400 Engineer (ENEV-3/ 4) 80 $25 . 00 $2,000 Engineer (ENEV-1 / 2) 172 $20 .00 $3,440 Drafter 55 $18 . 00 $990 Support 40 $15 . 00 $600 Total Hours 447 Direct Salary Cost $11 ,430 Indirect Salary Cost (0 .393) $4f492 TOTAL SALARY COST $15,922 SALARY COST TIMES MULTIPLIER (2.35) $37,417 OTHER DIRECT COSTS: $2,583 TOTAL ESTIMATED FEE $401-0-0-0 For the basic services under this Agreement, the County agrees to pay the Consultant a fee not to exceed of $40,000. Partial payments will be made on a monthly basis in accordance with the referenced contract. C-5 mh1163 ATTACHMENT D Subconsultant Proposals D- 1 mh1163 CARTER ASSOCIATES , INC . CONSULTING ENGINEERS AND LAND SURVEYORS 1708 31st STREET MARVIN E . CARTER, P.S . M . VERO BEACH , FLORIDA 33760-3473 772 -562 -4 19 1 DCAN F. LUL' TIIJE , P. E . wt. s nv ;i 772 -562 - 7180 ( I4:ItX) JOHN H . BL (JJI , P. E . FRANK S . CUCCURESE , RS. M . DAVID C . LUETH.IE . P. S . I . ( ; EORGE SINIONS . P. E . STEVE SNOBE' RGER . P. E . PATRICK S . WALTHER, P. E . January 27 , 2003 Attention : John Ladner Camp, Dresser and McKee, Inc . 1701 S . R. A- 1 -A, Suite 301 Vero Beach, FL. 32963 RE : Indian River County Landfill Segment II, the Infill and the Construction and Debris Mound Quantities 2002-2003 C.A.I. Project #03-241 P Dear Mr. Ladner, In response to our discussions earlier this week, Carter Associates, Inc. is pleased to submit the following proposal for professional surveying services at the Indian River County Landfill. It is our understanding we are to perform topographic surveys on Segment II, the Infill and the Construction and Debris Mound. These surveys are to be prepared for the purposes of computing volumes and quantities of consumed and unused airspace for the year 2002 -2003 . Our firm is located in Vero Beach, Florida, and has been in existence since 1911 . Carter Associates, Inc. has a long standing history of competent, reliable, and professional land surveying services within the area. With its many years of experience in the field of surveying, land development, municipal and other government areas, Carter Associates, Inc. has kept abreast and amassed the technical knowledge and expertise to perform and complete the tasks as set forth in this proposal. We have assembled a professional team, each with thorough knowledge and experience in the field of surveying and mapping. Over the past few years, our firm has performed extensive survey projects in and around the Vero Beach/Indian River County area for the Indian River County Solid Waste Disposal District . We are familiar with the terrain, access and mobility requirements of the area and are totally familiar with the survey requirements of the Minimum Technical Standards (M.T. S .) set forth by the Board of Professional Surveyors and Mappers, pursuant to Section 472 . 027 , Florida Statutes and Chapter 61G 17 , Florida Administrative Code. Our past history includes assisting the Indian River County Solid Waste Disposal District with professional surveying services for many projects within the Indian River County Landfill site. Our surveying services have included, but are not limited to, boundary, topographic, as-built, quantity and construction layout surveys . ii■■ tiri� �in(; FloridiI Page I of 3 AYSifxv 1911 The following are our estimated costs and qualifiers for professional surveying services for 2002-2003 : Estimated Costs: Project Management, Research, Administrative $ 1 , 785 . 00 Aerial Photography (performed by others) $ 51175 . 00 Cross Sections utilizing G . P . S . - (Ground Truthing) $ 11760 . 00 Import, Process and Adjust G. P . S . Data $ 680 . 00 Volume computations, Quantity Report and C .A.D . D . drawings $ 3 , 740 . 00 Total Estimated Cost $ 13, 140. 00 Qualifiers: Carter Associates, Inc . (C .A. I. ) will ground truth Segment II, the Infill and the Construction and Debris cell to ensure accuracy of topographic map prepared by sub-consultant . 1 . ) Carter Associates, Inc. will calculate occupied and unoccupied airspace based on the plan elevations and total permitted volumes provided by C . D . M . and the three-dimension model of the existing topographic features (surface) provided by the sub-consultant. C. A . I. will prepare a surveyor' s report certifying to the calculated quantities . 2 . ) Carter Associates, Inc . will provide the following: Four copies (24"x 36" Bond) of Topographic map prepared by the sub-consultant ( 1 "=50 ' Contour map of each site) Four copies ( 8 - 1 /2"x14" Bond) of Topographic map prepared by the sub-consultant ( 1 "=200 ' Contour map of each site) One copy (24"x 36" Mylar) of Topographic map prepared by the sub-consultant ( 1 ".50 ' Contour map of each site) One copy ( 8- 1 /2 "x14" Mylar) of Topographic map prepared by the sub-consultant ( 1 "=200 ' Contour map of each site) One copy (Mylar) of Cross-sections of each active cell Electronic AutoCAD files on CD or ZIP disk including ASCII point file Report of Volumetric survey Color Spot enlargements of "active" landfill cells Horizontal data shall be established utilizing the Global Positioning System. The coordinates furnished will be relative to the North American Datum of 1983 , Adjustment of 1990 . Vertical data (elevations) will be established using conventional Third order accuracy standards and will be relative to the National Geodetic Vertical Datum of 1929 . Note: SAP\03-241 s\docs\03 -241 P_VOISurvey.doc Page 2 of 3 serving I l uric h CAI sim e 1911 r C . A . I. assumes the horizontal and vertical aerial target control points constructed in 2001 aerial photography are not disturbed or destroyed . The costs to re-establish and/or re-construct these control points are not included in this proposal . Trusting you find the following information to be in order and sufficient for consideration, and looking forward to the possibility of providing these services to you and your company, I remain, Very truly yours, CARTER ASSOCIATES , INC . i David E . Luethje, P . S . M. SAP\03 -241 s\docs\03 -241 P_VolSurvey.doc Page 3 of 3 CAI S� r� in} I lurid t Silk c I ! 111 04401 / 2003 14 : 39 7725693939 JOHN DEAN ARCHITECT PAGE 02 Q , john h . dean architect & associates , p . a . , a . i , a . 2 Pages Sent By Facsimile To : 407-875- 1161 April 1 , 2003 TO : John Ladner RE : CDM IRC Baling Facility Recycling Baler Improvements Architect's Project #03-004 John dean architect & associates will provide architectural and engineering services to evaluate the existing recycling baler facility and the immediate area, and to make recommendations as to what needs to be done to the existing structure and the immediate area to adapt it to the proposed new baling facility equipment, John dean architect & associates will review the pit, the structural .slab, the structural building, and the immediate site area, as well as the existing electric service. john dean architect and associates will further provide construction drawings as to how to adapt the eAsting sure, the immediate area, and electric to the requirements of the new baling equipment . John dean architect & associates will provide assistance to CDM as needed, The scope of this project which for john dean architect & associates includes slab testing and state certified electrical engineering review of the electric on site and requirements for this . equipment to work property coordinated with CDM , john dean architect & associates will provide drawings adequate to bid. These drawings will be given to CDM to work into their bid package delivery system . John dean architect & associates will provide on site observation of the architectural, structural, and electric work required to complete this project. "Unless the Lord build the house they labor in vain that build K' Psalm. 127 2223 10th Avenue, Vero Beach , FL 32960 ( 772) 567-4907/ Fax: 569 - 3939 jdeanarch®acl_com 04i4rd1 / 2003 14 : 39 7725693939 JOHN DEAN ARCHITECT PAGE 01 Page Two John Ladner April 1 , 2003 Budget is $ 13 , 000. Payment schedule as follows: Investigative Work $3 , 000 Design Work 2 , 500 Design Development 2, 500 Construction drawings 21500 Project Observation 21000 Contingency 500 Total $ 13 , 000 rl John h. dean John Ladner Architect Camp , Dresser & McKee � e Date Date