Loading...
HomeMy WebLinkAbout2004-059 i ORIGINAL oveo ATTACHMENT A ENGINEERING WORK AUTHORIZATION Date : Work Authorization No . 30 For Consulting Services County No . 9901 -30 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 : ■ Full Cost Accounting, ■ Financial Assurance, ■ Permit Renewal of Class I Landfill with Horizontal Segment 1 Expansion for C&D disposal ■ 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 - Full Cost Accounting Lump Sum $6,333 Task 2 . 0 - Financial Assurance Lump Sum $28, 937 Task 3 . 0 - Operations Permit Renewal Not To Exceed $42, 700 Task 4 . 0 - General Technical Assistance Not To Exceed $40, 000 Total $117, 970 A-1 rb4520.doc 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, SWDD 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 . Lump Sum Cost Elements For the basic services performed for a lump sum fee, Indian River County Solid Waste Disposal 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 Solid Waste Disposal District By : * z ;C x H . Makled, PIE . , DEE Chairman Caroline Ginff ice President BCC Approved : 03 - 16 - 2004 Witnessed by : Attest: J . K. Barton, Clerk By : Deputy Clerk APPROVED AS TO FORM .511's 01 pOr A A-2 ASSISTA T COUNTY ATTORNEY rwt / ., rb4520.doc ATTACHMENT B SCOPE OF SERVICES AND PROJECT SCHEDULE INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT ENGINEERING SERVICES FOR ANNUAL PERMITTING SERVICES - 2004 PROTECT UNDERSTANDING Each year IRC SWDD is required to document environmental compliance in accordance with several different permits . CDM assists SWDD with some of these submittals to FDEP each year . In addition, an assignment involving upgrading a permit modification to the permit renewal has been added . The operations permit renewal will include the current Class I Operations permit as well as a horizontal expansion of Segment I to allow the placement of Construction and Demolition (C&D) waste on the side slope . By including the previously authorized permit modification for horizontal expansion of Segment II with the permit renewal, duplication of effort is minimized . This project is to provide permitting services which are required including : - Task 1 . 0 - Full Cost Accounting - Task 2. 0 - Financial Assurance - Task 3 . 0 - Permit Renewal of Class I Landfill with Horizontal C&D Expansion - Task 4 . 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 - FULL COST ACCOUNTING STUDY AND REPORT FOR FISCAL YEAR 2002-2003 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 2002-2003 . CDM will prepare a report setting forth the full cost of solid waste management for Fiscal Year 2002-2003 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 SWDD for Fiscal Year 2002-2003 . CDM will provide a draft report and public disclosure notice to SWDD by March 22, 2004 assuming receipt of all data required to perform the study by March 12, 2004 . After receipt of comments, CDM will submit the final report and public disclosure notice within 10 calendar days . SWDD is required to advertise this public disclosure notice in a local newspaper by the end of March . B-1 rb4520 .doc TASK 2 . 0 - FINANCIAL ASSURANCE SWDD operates a Class I landfill through a contract with Waste Management Inc . , and operates a Construction and Demolition (C&D) Debris Landfill facility . The permitted Waste Tire Processing facility will be removed from the facility permit in the permit renewal process in Task 3 . 0 . SWDD is required by Chapter 62-701 , F . A . C . to provide financial assurance for each of these facilities annually . TASK 2 . 1 - FINANCIAL ASSURANCE REPORT 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 SWDD and IRC Finance Department. Six copies of the final document will be provided to SWDD. CDM will meet with SWDD up to six times to discuss issues and to provide needed coordination. CDM will also respond to FDEP correspondence regarding Financial Assurance , TASK 2 . 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 . The survey work for the Class I waste area will include a complete topographic survey of the " Infill" , the entire Segment I cell, 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 and the new C&D Expansion 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. CDM will include escrow account balance recommendations for fiscal year end of 2003-2004, as well as escrow account budget recommendations for FY 2004-2005 . B-2 rb4520.doc 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 2 . 1 ad 2. 2 . The survey will be field documented by June 15, 2004 and the subsequent survey and survey report will be completed by July 15, 2004 . The completed Financial Assurance Report will be completed by September 1 , 2004 . TASK 3 . 0 - PERMIT RENEWAL OF CLASS I LANDFILL WITH HORIZONTAL C &D EXPANSION CDM is providing consulting services to modify SWDD' s Class I landfill permit to allow for a slope geometry design change . A meeting was held with the Florida Department of Regulation (FDEP) regarding these changes . They recommended submitting a permit renewal in place of a permit modification. During the same meeting SWDD staff put forth the idea of placing Construction and Demolition (C&D) debris on the western and southern sideslopes of Segment I landfill . The placement of C&D waste takes advantage of increasing the existing sideslopes from 4 . 2H : 1V to 3H : 1V and also provides greater top area to Segment 1 . The top of Segment I may be the foundation of a future vertical expansion (not part of this proposal) of the current Class I landfill . This facilitates the expansion to the North and maximizes the capacity of the existing cell, increasing the life of the site . This proposal is to prepare a permit renewal of the Class I Operating permit, the Horizontal C&D expansion, and to add the horizontal expansion of Segment II . This project achieves three goals under one permit renewal application which eliminates duplication of effort if permitted separately . TASK 3 . 1 - SEGMENT I LANDFILL GEOTECHNICAL EVALUATION The permit renewal will require that the placement of C&D waste on Segment I will be stable and not adversely affect the current closure cap . The following is the proposed scope of work for the geotechnical evaluation for Segment I sideslopes . This proposal assumes that we can base the evaluation on existing geotechnical data and reports and that we will not need a field investigation. This work is expected to proceed with the following subtasks : ■ Review available information including design documents and previous geotechnical reports for Segment I . We will visit the site to observe site conditions . We have assumed that there is sufficient available geotechnical information and that no additional field or laboratory investigations are needed . ■ Estimate settlement of the final cover system based on the revised slope geometry ■ Perform global stability analyses of the landfill mass ■ Perform veneer stability analyses of the current cap system under the proposed C&D loads ■ Evaluate placement of drainage terraces on Segment I B-3 rb4520 .doc ■ Prepare a letter report presenting the results of our analyses for inclusion in the permit renewal TASK 3 . 2 - LANDFILL OPERATIONS PERMIT RENEWAL CDM will prepare a renewal application for the IRC SWDD Landfill Class I Operations permit. The majority of the work for the permit renewal is performed under a previous SWDD authorization for the permit modification for Segment II . The permit it is more cost effective to renew than modify since it is nearing the expiration date and the scope has expanded to include placement of C&D waste on Segment I . The tasks presented here are in addition to the results of the landfill geotechnical evaluation approved by SWDD for Segment II . CDM expects to complete the following portions of the FDEP Solid Waste Application form to modify the permit: ■ Complete Part A General Information (In Previous Authorization) ■ Complete Part B Disposal Facility General Information (In Previous Authorization) ■ Complete Part E Solid Waste Management Facility Permit Requirements, General (In Previous Authorization) ■ Complete Part F Landfill Permit Requirements — prepare Plot Plan and revised Topographic Plan for the Class I Landfill with the C&D horizontal expansion. Also included is updated Class I facility life information, perform C&D cell life calculations . ■ Complete Part H Landfill Construction Requirements for the C& D horizontal expansion ■ Complete Part J Geotechnical Investigation Requirements — this will be the letter report developed for the Geotechnical analysis . ■ Modify Part L Landfill Operation Requirements portions of which will be requested of Waste Management Inc . , the current operators of the Class I operation the C&D placement sequence will developed by CDM . ■ Modify Part P Landfill Closure Requirements — existing cross sections will be modified to show the changes to the Class I Landfill . Also changes to the stormwater letdowns will be shown. CDM will address stormwater drainage issues on the South side of Segment I . ■ Complete Part T Certification by Applicant and Engineer now covering the permit renewal and C& D cell . A contingency has also been added to allow for CDM to address any issues raised by FDEP during the Pre-Application meeting . This will cover additional figures, tables, or language needing to be written to address any concerns for the initial submittal to FDEP. B-4 rb4520 .doc CDM has also budgeted one meeting with IRC SWDD and one additional meeting with FDEP in addition to those previously authorized to discuss the geotechnical evaluation of Segment I and permit renewal submittal to FDEP. CDM will respond to one Request for Additional Information (RAI) by FDEP. CDM will request on SWDD ' s behalf that the tire processing operation permit be removed from the general permit in this renewal . This will relieve the County of their yearly escrow requirements for this operation. Placing the tire operation into the General Operating Permit is expected to be covered with a simple request in the larger permit renewal. This is the most economical way to make the transition since the permit modification fee is much greater than the yearly registration fee . No contingencies are specifically made in the budget if FDEP has an RAI for this item. SCHEDULE Task Completion Date 3 . 1 Class I Landfill Geotechnical Evaluation Within 20 days of NTP 3 . 2 Submit Class I Operations Permit Renewal Within 30 days of NTP TASK 4 . 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 to the budgeted amount for this task . The following schedule is anticipated for the work in this proposal . SCHEDULE Task Completion Date 1 . 0 Full Cost Accounting Report March 28, 2004 2 . 0 Financial Assurance Report September 1 , 2004 Site Survey July 15, 2004 3 . 0 Permit Renewal of Class I Landfill with Horizontal C& D Expansion May 15, 2004 4 . 0 General Technical Assistance Through out the Year B-5 rb4520 .doc ATTACHMENT C-1 PROJECT BUDGET INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT ENGINEERING SERVICES FOR ANNUAL PERMITTING SERVICES - 2004 PROJECT : Indian River County SWDD Annual Permitting Services - 2004 DESCRIPTION: Task 1 . 0 - Preparation of Full Cost of Solid Waste Management Report And Public Disclosure Notice for Fiscal Year 2002-03 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 $100 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 $442 TOTAL LUMP SUM FEE SUM For the basic services under this Agreement, the SWDD agrees to pay the Consultant a Lump Sum fee of $6,333 . Partial payments will be made on a monthly basis in accordance with the referenced contract. C- 1 rb4520 .doc ATTACHMENT C-2 PROJECT BUDGET INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT ENGINEERING SERVICES FOR ANNUAL PERMITTING SERVICES - 2004 PROJECT : Indian River County SWDD Annual Permitting Services - 2004 DESCRIPTION : Task 2 .1 - Preparation of Financial Assurance Report Task 2 .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 $13,770 OTHER DIRECT COSTS: Printing, Copies, Communication, Computer $1058 TOTAL LUMP SUM FEE $2L937 For the basic services under this Agreement, the SWDD agrees to pay the Consultant a lump sum fee of $28 ,937. Partial payments will be made on a monthly basis in accordance with the referenced contract. C-2 rb4520 .doc ATTACHMENT C-3 PROJECT BUDGET INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT ENGINEERING SERVICES FOR ANNUAL PERMITTING SERVICES - 2004 PROJECT: Indian River County SWDD Annual Permitting Services - 2004 DESCRIPTION : Task 3 . 0 - Permit Renewal of Class I Landfill with Horizontal C& D Expansion CONTRACT REFERENCE : Agreement between the Indian River County Board of County Commissioners and Camp Dresser & McKee Inc . Labor Category, Hours Rate Total Officer 4 $60 . 00 $240 Associate / Principal (ENEV-7/ 8) 30 $45 . 00 $1 ,350 Engineer (ENEV-5 / 6) 96 $35 . 00 $3,360 Engineer (ENEV-3 / 4) 84 $25 . 00 $2,100 Engineer (ENEV-1 / 2) 106 $20 . 00 $100 Drafter 88 $18 . 00 $1 ,440 Support 92 $15 . 00 $1 ,260 Total Hours 500 Direct Salary Cost $12,134 Indirect Salary Cost (0 . 393) $4,769 TOTAL SALARY COST $16,903 SALARY COST TIMES MULTIPLIER (2. 35) $39, 772 OTHER DIRECT COSTS: $2, 978 TOTAL ESTIMATED FEE 42 700 For the basic services under this Agreement, the SWDD agrees to pay the Consultant a fee not to exceed of $42, 700 . Partial payments will be made on a monthly basis in accordance with the referenced contract. C-3 rb4520 .doc ATTACHMENT C4 PROJECT BUDGET INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT ENGINEERING SERVICES FOR ANNUAL PERMITTING SERVICES - 2004 PROJECT: Indian River County SWDD Annual Permitting Services - 2004 DESCRIPTION : Task 4 . 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) $4,492 TOTAL SALARY COST $15,922 SALARY COST TIMES MULTIPLIER (2 . 35) $37,417 OTHER DIRECT COSTS: $2583 TOTAL ESTIMATED FEE 40 000 For the basic services under this Agreement, the SWDD 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-4 rb4520 .doc ATTACHMENT C-5 DETAILED SUMMARY OF HOURS AND SALARY COSTS INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT ENGINEERING SERVICES FOR ANNUAL PERMITTING SERVICES - 2004 Officer Principal/ Engineer Engineer Engineer Drafter / Task / Description Associate 5/6 3/4 1 /2 Designer Support Totals $ 60 . 00 $45 . 00 $35 . 00 $25 . 00 $20 . 00 $ 18 .00 $ 15 . 00 Hours $ Task 3 . 1 - Landfill Geotechnical Evaluation 3 . 1 . 1 - Geotechnical Evaluation 0 6 2 48 0 0 8 64 $ 1 , 660 3 . 1 .2 - Report 2 4 6 28 0 0 16 56 $ 1 , 450 Subtotal Task3. 1 (Not to Exceed) 2 10 8 76 0 0 24 120 $ 3 , 110 Task 3 . 2 - Class I Operations Permit Renewal 3 . 2 . 1 - Permit Renewal—Prepare Application 2 4 26 0 30 28 20 110 $2 , 614 .00 3 . 2 . 1 . 1 - C& D Fill Sequence 0 2 12 0 12 12 4 42 $ 17026 . 00 3 . 2 . 1 .2 - LFG System Modifications 0 0 6 4 4 8 8 30 $654 . 00 3 .2 . 1 . 3 - Drainage Mod to North Slope 0 0 8 0 8 8 8 32 $ 704 . 00 3 . 2 . 1 .4 - Class I Operations Plan Revision 0 0 12 0 12 8 8 40 $924 .00 3 . 2 .2 - Contingency 0 2 4 0 8 8 8 30 $654 . 00 3 . 2 . 3 - Meeting with SWDD & FDEP 0 4 4 4 0 0 4 16 $480 .00 3 . 2 .4 - RAI ( 1 RAI for FDEP ) 0 4 8 0 16 8 4 40 $ 984 . 00 3 .2 .4 - RAI ( 1 RAI for FDEP) 0 4 8 0 16 8 4 40 $984 .00 Subtotal Task3 . 2 ( Not to Exceed) 2 20 88 8 106 88 68 380 $9 , 024. 00 Total ( Not to Exceed) 4 30 96 84 106 88 92 500 $ 12, 134. 00 C-5 rb4520 .doc � 4 ATTACHMENT D SUBCONSULTANT PROPOSALS D-1 rb4520.doc CARTER AOCIATES , INC . CONSULTING EN(.11NEERS AND LAND SURVHYOJRS r1c1; 1 : r 1 : . , WI I -At . P. S . M . VIAM 9iI , NkC } 1 , 11 , 01,N ] DA : 0240 ;0-3 t7 N ! J1'. . i ^� 3 ' 1 E " l i = fs : N3 i - fWL . January 30, 2004 Attention: Marty Lewis Camp, Dresser and McKee, Inc. 1701 S .R. A- 1 -A, Suite 301 Vero Beach, FL. 32963 RE Indian River County Landfill Segments I and H, the Infill and the Construction and Debris Mound Quantities 2003-2004 C.A.I. Project #04-254 P Dear Mr. Lewis , 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 Segments I and 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 2003 -2004 . 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 . 31 Page I of The following are our estimated costs and qualifiers for professional surveying services for 2003 -2004 : Estimated Costs. Project Management, Research, Administrative $ 1 , 860 . 00 Aerial Photography (performed by others) $ 5 ,400 . 00 Cross Sections utilizing G.P. S . - (Ground Truthing) $ 11760 . 00 Import, Process and Adjust G . P. S . Data $ 790 . 00 Volume computations, Quantity Report and C . A.D.D. drawings $ 3 , 960 . 00 Total Estimated Cost $ 13, 770. 00 Qualifiers. Carter Associates, Inc . (C .A. I.) will ground truth Segment I and 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. S :\P\04-254p\docs\04-254P_Vo]SurveyEst.doc Page 2 of 3 � fl titr � iir linri� i, i tiiiu 'tI , M 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. David E . Lu�thje, P. S.M. S:\P\04-254p\docs\04-254P_VolSurveyEst.doc Page 3of3 0 { ti� nin} I luri� i� i [� si , ucI ' 111