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