Loading...
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