Loading...
HomeMy WebLinkAbout2009-109 Y sq/0 SECOND AMENDMENT TO CONTRACT AGREEMENT INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT INDIAN RIVER COUNTY, FLORIDA CLASS I LANDFILL OPERATIONS , MANAGEMENT AND POST CLOSURE CONTRACT This Second Amendment to Contract Agreement ("Amendment") is entered into this 10, day of April , 2009 ( "Effective Date ") by and between INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT, a dependent special district of Indian River County, Florida, whose address is c/o Department of Utility Services , 1801 27`h Street, Vero Beach, Florida 32960 (hereinafter referred to as the "District") , and Waste Management Inc . of Florida, a Florida corporation, whose address is 2700 NW 48t ' Street, Pompano Beach, FL 33073 (hereinafter referred to as the " Contractor") , for the services set forth herein . BACKGROUND RECITALS : WHEREAS , the District and the Contractor entered into that certain Contract Agreement , dated November 4 , 1997 , and that certain First Amendment to Contract Agreement dated July 1 , 2003 , (the Contract Agreement and amendment together with all contract documents appended thereto is hereinafter referred to as the " Contract") , which provides for the operations , management, and operations services solely for the District ' s Class I landfill at 1325 741h Avenue Southwest , Vero Beach, Florida (hereinafter " Landfill ") ; and WHEREAS , the parties desire to amend the Contract to provide for other amendments and modifications ; NOW, THEREFORE, in consideration of these premises, and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the parties hereto , intending to be legally bound, covenant and agree to amend the Contract as follows : 1 . The existing Article I — SCOPE OF WORK of the Contract is modified to include the following : 1 . 5 . Vertical Expansion and Partial Closure of Class I Landfill Proiect . The Contractor shall construct the vertical expansion and partial closure at the landfill as depicted on Geosyntec project #FL1537- 03 dated December 2008 . • Mobilization/Demobilization • Surveying • Site preparation Gas Collection System ( Segment I & 11) : • Gas extraction wells and wellheads • 14 , 200 feet high-density polyethylene (HDPE) header and lateral piping • Gas sumps (4) , condensate force main and airline • Isolation valves • Air compressor 6 Acre Vertical Expansion (Segment 1) • • Perimeter berm • 12 inch general fill • 6 inch subbase • Geosynthetic Clay Liner • 60 mil HDPE geomembrane liner • 24 inch liner protective layer • Liner system tie- in and anchor trench 11 . 5 Acre Partial Closure ( Segment 11) : • 12 inch general fill • 40 mil linear low- density polyethylene geomembrane liner • Geocomposite drainage layer • 18 general fill liner protective cover • Liner system tie - in and anchor trench • Drainage layer outlet features 1 . 6 . Borrow Pond Construction . The Contractor shall construct the Borrow Pond as depicted on Geosyntec project #FL1537 - 06 dated February 2009 . • Mobilization/Demobilization • Surveying — Initial , interim and final as-Built • Clearing, Grubbing , and/or Stripping — 10 . 5 acres • Removal , relocation and replanting of trees — 58 trees • Dewatering system — During four month period monitor dewatering system • Silt Fence — Furnish 2 , 988 If of silt fence for owner use • Stockpile Area Management and Erosion Control — During four month period • Temporary Recharge Ditch — Construct as designed • Check dam — Construct as designed • Revegetation and stabilization of stockpile area — Construct as designed • Dust Control — During four month period 2 . The existing Article 11 — COMPENSATION of the Contract is modified to include the following : 2 . 5 Payment for Vertical Expansion and Partial Closure of Class I Landfill Project. Payment of the Vertical Expansion and Partial Closure of Class I Project as set forth in Geosyntec project #FL1537 - 03 dated December 2008 will be 5 . All terms and provisions of the Contract not amended by this Amendment shall be and remain in full force and effect . IN WITNESS WHEREOF , the parties have caused this Amendment to be executed by their respective dulyr authorized officers as of the day and year first written above . Wesley S . Davis , Chairman Date approved by SWDDq April 14 , 2009 Attest : ( ,. " Jeffrey K. Barton Clerk to the District Approved : seph A . gird , County Administrator Approved as to form and legal sufficiency ian E . Fell Senior Assistant County Attorney WASTE MANAGEMENT INC . OF FLORIDA BYs David Mc bnnell , Vice President Attest : VtantSecrelary R nlan Ass SCHEDULE # 1 ( REVISED 4 MARCH 2009 ) SOLID WASTE DISPOSAL DISTRICT INDIAN RIVER COUNTY LANDFILL VERTICAL EXPANSION AND PARTIAL CLOSURE SCHEDULE # 1 TO SECOND AMENDMENT Item Work Description/Item No. Environmental Specialties Inc. General Site Preparation Material Material + Units Quantity Unit Cost Labot Unit Cost Labor Unit TOTAL Cost Mobilization and Demobilization ( See Note 1 ) Lump Sum 1 $0. 00 $0. 00 $360, 174 . 00 $360, 174 . 00 2 Surveying ( See Note II ) Lump Sum I 50 . 00 $0. 00 $ 169, 044 . 00 $ 169,044 . 00 3 Site Preparation ( See Note 111 ) ( Includes 17 , 776 CY of General Fill for Closure Area ) Lump Sum I $0. 00 $0 . 00 $3021959 . 00 $302 ,959 . 00 $832, 177.00 L91 4 HDPE Piping ( w% excavation and backfill ) A . I8- in . HDPE SDR 17 header (0'-4') feet 31100 $31 . 00 $23 . 00 $54 . 00 $ 167400 . 00 C . 12-in . HDPE SDR 17 header ( 0'-4' ) feet 450 $ 15 . 00 $ 17 . 00 $32 . 00 $ 14,400. 00 D. 10-in . HDPE SDR 17 header ( 0'-4' ) feet 2 ,600 $ 12 . 00 $ 16 . 00 528 . 00 $ 7200. 00 8h '012 X, _ �. fir. Vis.. . . . r-, _ r G . Connection to existing 14 " header each 1 $ 1 ,850. 00 $3 , 750. 00 551600.00 $5 ,600 . 00 H . Ihorizontal collector gas extraction trench W . 81 )-m . HDPE SDR I1 feet 41000 $ 13 . 00 $23 . 00 $36 . 00 $ 1441000. 00 $4881200.00 5 Isolation Valves A . 10" valve each 1 $21420. 00 $980. 00 $3 ,400. 00 $ 3 ,400. 00 B . 12 " valve each 1 $35000. 00 $ 11200. 00 $45200 . 00 $4,200. 00 C . 18 " valve each 4 $ 10,550. 00 $2 ,950. 00 $ 13 ,500 . 00 $54,000. 00 6 119 $61 ,600.00 A . Drilling 36 " Dia. Bore with well completion (8 " SCH 80 PVC ) feet 1 ,400 $24. 00 $51 . 00 $ 75 . 00 S105 ,000. 00 B. 2 " Wellheads ( WM standard ) each 46 $500 . 00 $ 170 . 00 $670. 00 $30,820. 00 C . Wellheads for Horizontal Collectors each 12 $280 . 00 $ 120 . 00 $400 . 00 $4 ,800. 00 FL1537\JL80339 . xls Page 1 of 5 SCHEDULE # 1 ( REVISED 4 MARCH 2009 ) SOLID WASTE DISPOSAL DISTRICT INDIAN RIVER COUNTY LANDFILL VERTICAL EXPANSION AND PARTIAL CLOSURE Item Work Description/ Item No. Environmental Specialties Inc. $ 140,620.00 7 0 A . 8- in . dia. SDR 17 Condensate Sump with Pump each 4 $91030. 00 $6 ,970 . 00 $ 161000 . 00 $64 ,000. 00 B. 2 " SDR 9 Condensate Forcemain ( in header pipe trench ) feet 10,500 $0. 80 $ 1 . 20 $2 . 00 $21 ,000 . 00 C . 2" SDR 9 Airline ( in header pipe trench) feet 10,500 $0 . 85 $ 1 . 15 $2 . 00 $211000. 00 D . Air compressor and housing each I $ 13 , 800 . 00 $ 16 ,200 . 00 S30,000. 001 $30,000 . 00 $ 136,000.00 Vertical Expansion Construction 8 Earthwork A Perimeter Benn ( See Note IV ) cyd 5 , 830 $0. 00 $2 . 60 $2 . 60 $ 15 , 158 . 00 71 77 777' - - 10 Geocomposite Drainage Layer ( See Note V ) sq yd 28 , 774 $4 . 54 $0. 81 $5 . 35 $ 153 ,940 . 90 1 1 60 mil Textured HDPE Geomembrane ( See Note V) sq yd 28 , 186 $2 . 79 $ 1 . 17 $3 . 96 $ 111 ,616 . 56 12 Geosynthetic Clay Liner ( See Note V) sq yd 28 , 186 $3 . 75 $0. 81 $4 . 56 $ 128 ,528 . 16 15 Liner System Tie- in ( See Note V ) feet 600 $0 . 00 $9. 00 $9 . 00 $5 ,400. 00 16 Anchor Trench feet 11800 $0. 00 $9 . 00 $9 . 00 $ 16,200 . 00 $672,819.02 Notes 1 . Mobilization/Demobilization shall include any partial demobilization required for all components of construction specified herein and in the Construction Drawings and Technical Specifications it. The survey activities (Item 2) shall include initial and final survey throughout the duration of the project . Ill . The Site Preparation activities (Item 3 ) shall include clearing, dubbing, stripping, and surface grading. Vl . The liner system tie-in and tie-in to existing geomembrane (Items 15 and 22) include exposing existing geosynthetics, extrusion weld, and any services required to provide the proper seal between existing and proposed geosynthetics. V. The miscellaneous storm water structures (Item 30) include, but are not limited to, additional downdrain pipe related items, riprap, cast in place concrete rings at the drainage layer outlet, geomembrane rub sheet, CPP reducers, and pipe connectors. VI. Ten work items highlighted in blue will be paid based on measured quantities of work conducted in accordance with the Technical Specifications. Lump Sum amount will be increased or deceased via change order to reflect the measured work completed. FL1537\JL80339 . xls Page 2 of 5 SCHEDULE # 1 ( REVISED 4 MARCH 2009 ) SOLID WASTE DISPOSAL DISTRICT INDIAN RIVER COUNTY LANDFILL VERTICAL EXPANSION AND PARTIAL CLOSURE Item No. Work Description/ Item Environmental Specialties lite. FL1537\1L80339 . xls Page 3 of 5 / tj $ 3 ,299,700. 51 plus the management fee outlined below and as depicted on Schedule # 1 . The price does not include the following: t • Unit cost for ten select work items if lumpquantities are exceeded. sum Q The select work items are indicated in shaded areas on Schedule # 1 and are part of the approved 20% contingency. • Contract Management costs/fees of 5 % as agreed by the parties pursuant to Article I, Section 1 .2 and 1 .2 . 1 of the Contract. Such contract management costs/fees shat be paid to Contractor together with progress payments for the project. • Costs for items, which are the subject of approved change orders up to the approved 20% contingency. Including the above items, the maximum total contract price for the vertical expansion project to Waste Management Inc. of Florida is approximately $4, 157,622.64, as more specifically depicted on Schedule # 1 . 2 .6 Payment for Borrow Pond Construction. Payment of the Borrow Pond Construction Project as set forth in Geosyntec project #FL1537=06 dated February 2009 will be $226,412.52 plus the management fees outlined below and as depicted on Schedule #2 . The price does not include the following: • Contract Management costs/fees of 10% as agreed by the parties pursuant to Article I, Section 1 .2 and 1 .2. 1 of the Contract. Such contract management costs/fees shall be paid to Contractor together with progress payments for the project . • Costs for items, which are the subject of approved change orders up to the approved 20% contingency. Including the above items, the maximum total contract price for borrow pond project to Waste Management Inc. of Florida is approximately $298, 864. 53 as more specifically depicted on Schedule #2 . 3 . General Conditions Article 12 is modified to add the following provision: e. The subcontractors listed in Schedule GC 12 attached hereto and made a part hereof are approved by the County and District for work on ( 1 ) the Vertical Expansion and Partial Closure of Class I Landfill Project and (2) the Borrow Pond Construction. f. Contractor shall obtain from its subcontractors dual obligee performance bond(s) in the aggregate amount of $3 ,526 , 113 .03 for the benefit of Contractor (Waste Management Inc. of Florida) and the District. Such performance bond(s) shall be in a form reasonably acceptable to the District and Waste Management Inc. of Florida. 4 . The background recitals are true and correct and form a material part of the Amendment. 0 wrr� r. o 0 0 0 0 0 M o0 0 0 0 000 o c os s oo ^ c c r we �" N 6N9 N M Q` M M M n � yHy 69 Yf9 59 6F3 - e � . 3IFsa - s } O O O rn o � � tit M ' 54 1 iN 6is�: c s v> �c vOi I ' d IFin N M N rd 69 69 i '3'- d -4It I ' d 4^ci imIW 4 Add. IF Illy •y � M¢ 4 t & rAla �; W y o o O c S o o 0 n 7 N O v1 r ryIF va IF ConA LA va v3r AA se (� a All 11 n ' Fi n `? F 4� H 0IFom N V J o S LL pxl � j Lon � � Z IF CID tQ ell Vd QJA QoQ � o Illyv t O C 7 O M O F M N M >= amll � Ely cn F- Z Q L U W = Z , � T y 1 t s w w 4 a % ly � , jcnoQ � � VFY I ."y . W IF $ ' $sSIvy dd tt Al W *"000 Wil ei s r Zyl � . IF IF dye LLI CL � OQFly X � xz W � ,�.m IF W 0 Z E i � � a `C Q 2 — r ? IF s may o- + (n Ilkm W :,cr IF ?L o pj , s s , IF I ti 3 w4 6,1 v xy z z z � i � �`' c C' F G p � a qq}} *^ (r1 ' (III M v) v C 00 0� O Z * a^ N N N N N N N N N N .Y 'tRr Ln m J SCHEDULE #1 ( REVISED 4 MARCH 2009) SOLID WASTE DISPOSAL DISTRICT INDIAN RIVER COUNTY LANDFILL ` VERTICAL EXPANSION AND PARTIAL CLOSURE Item Work Descriptionatem Na Work Speciaitla Inc. 30Miscellaneous Storm Water Strwtures (Note VIII) Lamp Sum I $2, 100.00 56,300.00 $8,400.00 $8,400.00 31 Erosion and SedimentControls Lump Sum I 52, 137.00 54,273.00 $6,410.00 $6,410.00 32 Permanent Revegettuion Lutnp Sum 1 $209250.00 $ 11 ,880.00 $32, 130.00 $32,130.00 TOTAL (LUMP SUM FIXED FEE) 5461940.00S3 99,700.51 WASTE MANAGEMENT CONTRACT MANAGEMENT 5% S 1640985.03 CONTINGENCY 20% aF NEEDED) V6$5.54 56929937.1 TOTAL POTENTIAL CONTRACT PRICE WITH 20% CONTINGENCY AND 5% WM CONTRACT MANAGEMENT FEE $4, 157 6221,64 Notes L MobiftedmWDemobIffizatim shin include any Pffb&l dMadUabon required for all compondft of oonshtwtion specified and in the C nsumcdon Drawings and TeeWW Spxrf cram s II* 110 survey activities (It= 2) shill incl initial and final survey tluoughout the do fion of the project. III. The Site PrePwatim activities (Item 3) shall include cls, pAbiM suVpin& and surface grading. V1. Thelmv Mk" tiro and tie-in to VdIting geomembnne (IN= 15 and 22) include exposing eddsmsggeosytb dhx, extrusion w e d and MiStiN and Pied Y�9 a. any services requked to provide the proper Seal bdwea V. I 1auQd aneoin storm water atrtamurs (Item 30) include, but are not limikd to, addkb�onai downdrain pipe rdaW imam, nprap, can m P)mee opncieSe +inp at the drainage Wow geomembrane tub sheet, CPP redwem and pipe conoaaoss. VI. r4n wolk dmu bi dWW in bloc wA be paid basad on measured quer ies of in acoordwe the erechriod Spbacatw m. Lump Som amount wM be increased or via change order to reflect the messwed work completed. " The Waste Management fee of 5% Is included within the contingency amount. F1.153A11.80339.4s Page 5 of 5 SCHEDULE #2 PRIMARY BID WORKSHEET = REVISED 19 MARCH 2009 INDIAN RIVER COUNTY LANDFILL BORROW POND CONSTRUCTION SCHEDULE #2 TO SECOND AMENDMENT EARIDGE TRUCKING Item No. Item anti Total Cost SCOPEASE O W S&* Preparation 1 Mobilization/Demobilization 1 $ 7 000.00 2 Surve i 10 $ 1200000 3 Removal Relocation and R lantin of Trees see Note 4 585 $ 10t77150 4 Clearing, Gru Oing and Stripping 10.5 AC 1 $ 1 820.00 $ 19 110.00 5 Dowattrin System see Note 6 1 LS $ 201000a00 $ 20 000.00 6 Silt Fence includes construction entrance) 2,988 LF $ 0.79 $ 2 360.52 7 Stockpile Area Management and Erosion Control see Note 5 1 1 AC $ 3 500.00 $ 3 500.00 Stornwater Control 8 Temporary Recharge Ditch 1950 LF $ 29 .75 $ 58 012. 50 9 Construction Stormwater Control see Note 6 4 MO $ 13 014.00 $ 52 056.00 10 Check Dam 1 LS $ 2 75O.00 $ 2t750#00 11 Revegetation and Stabilization Stockpile Area 10.5 AC $ 3 100.00 $ 32550s00 F Construction ee Note 6 4 MO $ 1 575 .00 $ 6 00.00 P SUM FIXED FEE S 226412.52 AGEMENT CONTRACT MANAGEMENT 10% $ 22 641.25 S 249053.77 CY 20% (IF NEEDED) $ 49,810.75 TOTAL POTENTIAL CONTRACT PRICE WITH 20% CONTINGENCY AND 10% WM CONTRACT MANAGEMENT FEE 298 864.53 * The Waste Management fee of 10% is included within the contingency amount. SHEET 1 OF 1