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