HomeMy WebLinkAbout2008-046WORK ORDER NUMBER 10
This Work Order Number 10 is entered into as of this 5th day of February 2008
pursuant to that certain Continuing Contract Agreement for Professional Services entered into
as of August 10, 2004 and amended effective July 24, 2007 (as so amended, the "Agreement"),
by and between Indian River County Solid Waste Disposal District, a dependent special district
of Indian River County, Florida ("District") and Camp Dresser & McKee, Inc., a Massachusetts
corporation ("Consultant").
The District has selected the Consultant to perform the professional services set forth on
Exhibit A, attached to this Work Order and made part hereof by this reference. The professional
services will be performed by the Consultant for the fee schedule set forth in Exhibit B and
within the timeframe more particularly set forth in Exhibit C, all in accordance with the terms
and provisions set forth in the Agreement. Pursuant to paragraph 1.4 of the Agreement, nothing
contained in any Work Order shall conflict with the terms of the Agreement and the terms of
the Agreement shall be deemed to be incorporated in each individual Work Order as if fully set
forth herein.
IN WITNESS WHEREOF, the parties hereto have executed this Work Order as of the
date first written above.
CAMP DRESSER & McKEE INC.
By: -" - Z�/
Eric J. Votke, P.E., BCEE
Principal Engineer
INDIAN RIVER COQTY
SOLID WASIE DL $ DI RICT
ndf L't�n , Chairman
Attest: J.14 Bartoin, Clerk of:Cvurt
By
A. Baird, County Administrator
as to form and legal sufficiency:
E. Fell>Assistant County Attorney
jb1515. do
i1► -r11"911 �
SCOPE OF PROFESSIONAL SERVICES
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEERING SERVICES FOR
ANNUAL PERMITTING SERVICES - 2008
PROJECT UNDERSTANDING
Each year Indian River County (IRC) Solid Waste Disposal District (SWDD) is required to
document environmental compliance in accordance with several different permits. CDM assists
SWDD with some of these submittals to the Florida Department of Environmental Protection
(FDEP) each year. In addition CDM provides general technical assistance on all projects which
arise during the year.
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 - 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 2006-07
Under provisions of Chapter 62-708.300(3), Florida Administrative Code (FAC), IRC SWDD is
required to determine and publicly disclose the full cost of solid waste management within its
service area for Fiscal Year 2006-2007.
CDM will prepare a report setting forth the full cost of solid waste management for Fiscal Year
2006-2007 in accordance with the requirements of Chapter 62-708, FAC. CDM will also prepare
a draft public notice based on the full cost of solid waste management in SWDD for Fiscal Year
2006-2007.
CDM will provide a draft report and public disclosure notice to SWDD by March 23, 2008
assuming receipt of all data required to perform the study by March 14, 2008. After receipt of
comments, CDM will submit the final report and public disclosure notice within 7 calendar
days. SWDD is required to advertise this public disclosure notice in a local newspaper by the
end of March.
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. SWDD is required by Chapter 62-
701, FAC to provide financial assurance for each of these facilities annually.
A-1 jb1515. dx
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 Erdman
Anthony of Florida, 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 Erdman Anthony of Florida, 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 -inch = 50 feet scale contour map for each site with 1 -foot contour intervals in regular weight
lines, and 5 -foot contour intervals in bold weight lines. Signed and sealed contour maps will be
provided on 24 -inch by 36 -inch paper of each landfill site in 1 -inch = 200 feet scale. A diskette or
CD with ASCII file of the survey data in AutoCAD 2004 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 Inc. 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
2007-2008, as well as escrow account budget recommendations for Fiscal Year 2008-2009.
TASK 3.0 - 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. General
technical assistance tasks may include review of compliance reports, attendance of meetings
with regulatory agencies, and attendance of miscellaneous meetings and workshops.
A-2 bi si s.doc
It
E X H
'_. ,
EXHIBIT B-1
PROJECT BUDGET
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEERING SERVICES FOR
ANNUAL PERMITTING SERVICES - 2008
PROJECT:
DESCRIPTION:
CONTRACT
REFERENCE:
Indian River County SWDD Annual Permitting Services - 2008
Task 1.0 - Preparation
of Full
Cost of Solid Waste Management
Report
and Public Disclosure
Notice
for Fiscal Year 2006/2007
McKee
Agreement between
the Indian River
County
Board
of County
Commissioners and
Camp Dresser &
McKee
Inc.
6
Labor Category
Hours
Rate
Total
Officer
2
$160
$320
Associate/ Principal (ENEV-7/8)
6
$140
$840
Engineer (ENEV-5/6)
26
$120
53,120
Engineer (ENEV-1/2)
28
$90
521520
Senior Support
10
$90
$900
Project Administration
2
$65
130
Total Hours
76
Total Salary Cost 571830
Other Direct Costs 500
TOTAL LUMP SUM FEE SUM
For the basic services under this Agreement, IRC SWDD agrees to pav the Consultant a lump
SUM fee $8,330. Partial payments will be made on a monthly basis in accordance with the
referenced contract.
B-1 iel 515 as
EXHIBIT B-2
PROJECT BUDGET
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEERING SERVICES FOR
ANNUAL PERMITTING SERVICES - 2008
PROJECT: Indian River County SWDD Annual Permitting Services - 2008
DESCRIPTION: Task 2.1 - Preparation of Financial Assurance Report
Task 2.2 - Survey and Airspace Assessment
CONTRACT
REFERENCE: Agreement between the Indian River County Board of County
Commissioners and Camp Dresser & McKee Inc.
Labor Category
Hours
Rate
Total
Officer
6
$160
$960
Associate/ Principal (ENEV-7/8)
12
S140
$1680
Engineer (ENEV-5/6)
34
5120
$4,080
Engineer (ENEV-3/4)
48
$100
$4,800
Engineer (ENEV-1/2)
54
$90
$060
Senior Support
8
$90
$720
Staff Support
10
$75
$750
Project Administration
6
$65
390
Total Hours
170
Total Salary Cost $18,240
Outside Professionals - Erdman Anthony Allowance $14,400
Other Direct Costs 51200
TOTAL LUMP SUM FEE $aaxa4w
For the basic services under this Agreement, IRC SWDD agrees to pay the Consultant a lump
sum fee of $33,840. Partial payments will be made on a monthly basis in accordance with the
referenced contract.
B-2 ib 1515. noc
EXHIBIT B-3
PROJECT BUDGET
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEERING SERVICES FOR
ANNUAL PERMITTING SERVICES - 2008
PROJECT: Indian River County SWDD Annual Permitting Services - 2008
DESCRIPTION: Task 3.0 - General Technical Assistance
CONTRACT
REFERENCE: Agreement between the Indian River County Board of County
Commissioners and Camp Dresser & McKee Inc.
Labor Category
Hours
Rate
Total
Officer
16
$160
521560
Associate/ Principal (ENEV-7/8)
32
$140
54,480
Engineer (ENEV-5/6)
56
$120
56,720
Engineer (ENEV-1/2)
172
$90
$15,480
Senior Support
60
$90
$5,400
Staff Support
32
$75
$2,400
Project Administration
8
565
$520
Total Hours
76
Total Salary Cost $37,560
Other Direct Costs $2,440
TOTAL LUMP SUM FEE 0 000
For the basic services under this Agreement, IRC SWDD agrees to pay the Consultant a lump
sum fee $40,000. Partial payments will be made on a monthly basis in accordance with the
referenced contract.
B-3 nisisdo
EXHIBIT C
PROJECT SCHEDULE
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
ENGINEERING SERVICES FOR
ANNUAL PERMITTING SERVICES 2008
SCHEDULE
Task
1.0 Full Cost Accounting Report
2.1 Financial Assurance Report
2.2 Site Survey
3.0 General Technical Assistance
Completion Date
March 31, 2008
September 1, 2008
February 1, 2008
Ongoing
C-1 ;oasis ax