HomeMy WebLinkAbout2013-227 I ;xl ao t3
ts". B . q
ao � 3 � ,
THIRD AMENDMENT TO CONTRACT AGREEMENT
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT
INDIAN RIVER COUNTY, FLORIDA
SOLID WASTE OPERATIONS AND MAINTENANCE
This Third Amendment to Contract Agreement ( "Amendment" ) is entered into this 12_ day of
November . 2013 ( "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 27th Street, Vero Beach , Florida 32960
( hereinafter referred to as the " District" or "SWDD" ), and Republic Services of Florida, Limited
Partnership whose address is 3905 Oslo Road, Vero Beach , FL 32968, ( 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
January 1, 2011, as amended by the First Amendment to Contract Agreement, dated February
71 2012, as amended by the Second Amendment to Contract Agreement, dated April 2, 2013
(the Contract Agreement and amendment together with all contract documents appended
thereto is hereinafter referred to as the "Contract" ), which provides for the professional
operation, management and post closure requirements of the Class 1 landfill at 1325 74th
Avenue Southwest, Vero Beach, Florida ( hereinafter " Landfill" ); for the operation and
maintenance of the landfill gas collection and control system (GCCS); the operation and
maintenance of the adjacent storm water management system and associated roads and the
professional operation and management of the non -Class 1 landfill portions of the Indian River
County Landfill site including but not limited to the management of the Municipal Recovery
Facility ( MRF), the Small Load Drop-off Area, the Waste Tire Facility, the Metal Storage Area,
the Household Hazardous Waste ( HHW) Facility, Clean Concrete Storage Area and other
maintenance activities as well as the off-site activities associated with the operations and
maintenance of the five customer convenience centers including transportation and disposal
service for eight (8 ) specific locations, up to twenty ( 20) roadway cleanup projects, and up to
twenty ( 20) special events; and
WHEREAS, under the terms of the Contract, the Contractor, at SWDD 's request and subject to
mutually satisfactory negotiated terms and acceptable compensation, shall provide additional
services in connection with the Indian River County Landfill and the customer convenience
centers not included above and as required by SWDD ; and
WHEREAS, the parties desire to amend the Contract to provide for such additional services, and
WHEREAS, to enhance and improve its operation and maintenance of the landfill GCCS,
Contractor desires to install and operate an electronic monitoring system ( " Fleetzoom" ); and
WHEREAS, the parties desire to amend the Contract to allow for the installation and operation
of Fleetzoom .
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 1 — SCOPE OF WORK of the Contract is modified to include the
following:
RAIN FLAP REMOVAL PROJECT, The Contractor shall undertake and complete the Rain
Flap Removal project at the landfill which is the removal of a temporary liner feature
originally installed within Segment 3 Cell 1 to minimize the generation of leachate from
rain water. The Contractor is authorized to use the services of American Environmental
Group, Ltd . (AEG ) as a subcontractor on the project based on being the most cost
effective and qualified vendor to perform the work. The Contractor will coordinate the
project with the project engineer, Geosyntec, regarding their Construction Quality
Assurance ( CQA) monitoring services for this project .
Rain Flap Removal Prosect :
1 . Mobilization/Demobilization
2 . Liquid Dewatering/Pumping ( if needed )
3 . Rain Flap Removal
4 . Materials
FLEETZOOM . The Contractor shall install Fleetzoom at the Landfill, and shall be
responsible for all subsequent operation, maintenance, repair or replacement of
Fleetzoom during the term of the Contract. All costs related to the installation,
operation and maintenance of Fleetzoom shall be borne by the Contractor. The
Contractor further agrees to indemnify the District for any damage to the GCCS that is
caused directly or indirectly by Fleetzoom during the term of the Contract. The
Contractor may, at any time during the term of the Contract and at its sole discretion,
remove or uninstall Fleetzoom, and may choose to replace it with a different monitoring
system . Upon the expiration or termination of the Contract, the Contractor shall, at its
sole discretion, (a ) uninstall and remove Fleetzoom or ( b ) sell Fleetzoom to the District
(or if the District has contracted with a third party to maintain and operate the landfill
GCCS, sell Fleetzoom to such third parry) at a mutually-agreed upon price. Upon the
happening of either of the contingencies listed above, the Contractor' s responsibilities
( including but not limited to its responsibility to indemnify the District) related to
Fleetzoom shall terminate, and in the case of subsection ( b), the District or the third
party, as the case may be, shall assume all costs and responsibilities for the operation
and maintenance, repair or replacement of Fleetzoom . Contractor shall not be
responsible for any costs relating to operation, maintenance, repair or replacement
after the removal or sale of Fleetzoom .
2 . The existing Article 2 — TERM OF CONTRACT is modified to include the following .
V) The Contractor shall be completed with the Rain Flap Removal Project at the
landfill within 7 calendar days from the Notice to Proceed . Any change in
contract time shall be based on authorized and approved basis .
3 . The existing Article 3 — COMPENSATION of the Contract is modified to include the
following .
xv) Payment for the Rain Flap Removal Project at the landfill shall not exceed
$ 17 , 125 .00 as provided in the proposal by American Environmental Group, Ltd .
in Exhibit #1 plus the management fee outlined below. The price does not
include the following .
• Contract Management costs/fees of 10% as agreed by the parties pursuant
to the Contract . Such contract management costs/fees shall be paid to
Contractor together with progress payments for the project.
• The total payment to Contractor shall not to exceed $ 18, 837 . 50 .
4. The background recitals are true and correct and form a material part of the
Amendment .
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 duly authorized officers as of the day and year first written above.
"M�SS10tj
Attest: Vis. ((Owner)
�r o • NS
Jeffrey R . Smith, Clerk of Codk •$olid Waste Disposal District
Comptrollerrj Indian River County, Florida
By:
Deputy Clerk ''; %1;, 'jrx
4ti091 seph E . Flescher , Chairman
NNUIt1 VI UI
Date Approved by SWDD : November 12 , 2013
Approved By : Approved as to Form. and egal Sufficiency By:
Yo401 r%jf
seph A. Baird, County Administrator Dylan T . Reingold, County Attorney
Signed, sealed, and delivered in the Republic Services of Florida, Limited
presence of. Partnership ( "Contractor")
By: Republic Services of Florida GP, Inc.,
its Genera Partner
Print Name : Print Name :ML r p�
Print Title : U C Q- JUS1
Print Name : �t, j
' 011 `dnon IVIN3YYNOUTAN3 Nd:) 1H3UYV
A8 0181:) 3roHd IVAOW3H ddl3 NIVU
Z IISIHX3
4
in
Indian River County Landfill
Cell 1 East West Rain Flap Removal
Bid Form (Note 1)
Estimated
Item Description Quantity Unit IInit Cost
(Note II) Cost
1 Mobrlizatibn0e►nobitization (Note iii) 1 Lump Sum 05roo 3 rbp
2 Liquid Dewatering/Pmnping (NoteTVJ TBD Truckloads ZZSj� ZZ '�'b
3 Rain Flap Removal (Note V) 3 Days 35OO ( O SDG
4 Materials (Note VI) 1 Lump Sum $ 73 $ 7 *r
5 Sligo Submersible Pump (SSR Series 1 PSF) (Note Vin 1 Lump Sum Z roo Z CVO
Total
Notes:
I Bidders shall provide list of equipment proposed for the construction activities intruding earthwork and geosynthetics for the work
described in this Bid Form and shown on the Construction Drawings. Bidders shall also include the names and addresses of
subconsultants they Propose for this project.
H Quantities PRsenW herein are estimated quantities and should be vedfled by Contractor, if quantities are found to be diflerenk
Contractor shall notify Engineer and Owner prior to starting work. Quantities that are not provided and that are wititin the scope of
work shall be estimated and verified by Contractor and brought to Engineer's attention
lII Mobilizatioridemobilization shall not exceed 200/a ofthe total bid price.
IV TBD a to be determined. This item is optional and may or may not be required. ibis item involves potential dewatering(pumping of
liquids that may have been accumulated, due to recent rainfall events, within the southern portion of Cell 1 (i.&, area ofcau I south
of the east westrain flap) as shown on the Construction Drawings. Liquids shall be pumped to a tanker truck and transported to the
Bio-solids facility for disposal which is appmximetely 3,300 fl (0.62 miles) onaway Sum the rain flap location, Contractor shell
Provide unit cost for a tanker buck to pump and intnslwrt liquids to the Bie-solids facility, which is located at the landfllt facility. The
tanker truck should have the capability to pump the liquids into the truck However. the lauM, operator has two pumps (one 34.
pump and one 64n, pump that could be used of necessary.
V Contractor shall provide equipment and labor for the removal of rain flap as shown on the Construction Drawings. Equipment used
shall be approved by the Engineer prior to being used. The sand along the rain flap sball be carefully removed to expose the dein
point between the flap and the cell liner. The flap shall be cut away from the can liner carefully to avoid any puncturing of the liner
system. Upon gap removal, the geceomposhe that had been bent up behind the flap shell be folded down flat onto the liner against
the existing geocomposite termination point In order to patch the geocomposite back together prior to reinstalling the sand cover,
place a cap strip of geotextrle (ammUsy minimum) or approved equivalent over the seam and sew it into position. The Contractor shall
ensure that no sand will infiltrate the geocomposite in the area of the patch. The Contractor shall also provide the required geotmWle
material. Any excess sand from the rain flaplberm shall be sporead and graded into the as-constructed liars Protective layer of the
southern portion of Cell 1%
This item also includes the connection of the leachate collection line as shown in the Construction Drawings. This shalt be
accomplished by cutting and cleaning both ends of the pipe at the liner flap location; providing a spool piece (appioximately 7 it long)
of 6-in, dia. SDR I 1 HDPE pipe and two electro fusion couplers; and connecting the pipe together. The Contractor shall provide
geotextile material to conned the leachato collection "burrito wrap" and shall place the Iesebate collection gravel around the pipe in
the burrito prior to sewing the geotextrla overlap. The Owner will provide the gravel needed to the tie-in location but the Contractor
shall be responsible for placing the geotextrle-gravel burrito as shown on the Construction Drawings. The Engineer has estimated
three days for this work; Contractor shall indicate the number ofdays required for this work.
VI This item includes the following materials needed for the project (i) &in. dia. SDR 11 HDPE spool pieces; (at) two 6-in. dia. electro
fusion couplers; and (iii) g- Wsy nonwoven geotexhle required for the geocomposite tie-in point cap strip end for tying the leachate
collection system gravel burrito together. The Owner will provide the gravel required to complete the burrito wrap. Approximately
3.6 cy of gravel will be required to constructed the pipe-gravel burrito in this section; this gravel should be obtained from the min flap
berm along the leachate corridor plus a small stockpile on site.
VIi The Contractor shall provide this leachate pump (see attached Cut Sheet) which will be used as a back up pump for Cell 1. This is a
submersible pump for leachate collection in the side slope riser of Cell 1 . This item is optional and the Owner may elect to have this
purchased as part ofthis contract
QllAkIlAAW S QI S
V ,LNHWHDVZ.LV
AMERICAN ENVIRONMENTAL GROUP
(AEG) BID
Indian River County Landfill
Cell I East West Rain Flap Removal
Bid Form (Note I)
Estimated
Item
Description Quantity Unit Unit Cost
(Note 19) Cost
1 Mobilization/Demobilization (Note 111) 1 Lump Sum 351pp Sbp
2 Liquid Dewalering/Pumping (Note IV) TBD Truckloads 'Z .Z. Sp 2t,St1>
3 Rain Flap Removal (Note V) 3 Days 3 S 00 l0 SOO
4 Materials (Note VI) 1 Lump Sum
3750 g7 S
5 Sligo Submersible Pump (SSR Series I PSF) (Note VII) 1 Lwnp Sum Z SOO ZSOO
Total
Notes:
I Bidders shall provide list of equipment proposed for the construction activities incicuding earthwork and geosyntheties for the work
described in this Bid Foran and shown on the Construction Drawings. Bidders shall also include the names and addresses of
subconsultants they propose for this project.
11 Quantities presented herein are estimated quantities and should be verified by Contractor. If quantities are found to be different
Contractor shall notify Engineer and Owner prior to starting work. Quantities that are not provided and that are within the scope of
work shall be estimated and verified by Contractor and brought to Engineers attention.
III Mobilization/demobilization shall not exceed 20°/" of the total bid price.
IV TBD = to be determined. This item is optional and may or may not be required. This item involves potential dewatering/pumping of
liquids that may have been accumulated, due to recent minf}+Il events, within the southern portion of Cell 1 (i.e., area of Cell 1 south
Of the east-west rain flap) as shown on the Construction Drawings. Liquids shall be pumped to a tanker track and transported to the
Bio-solids facility for disposal which is approximately 3,300 f> (0.62 miles) one-way from the rain flap location. Contractor shell
provide unit cost for a tanker buck to pump and transport liquids to the Bio-solids facility, which is located at the landfill facility. The
tanker buck should have the capability to pump the liquids into the truck. However, the landfill operator has two pumps (one 34.
pump and one &in. pump that could be used if necessary.
V Contractor shall provide equipment and labor for the removal of rain flap as shown on the Construction Drawings, Equipment used
shall be approved by the Engineer prior to being used. The sand along the rain flap shaft be carefully removed to expose the tio-in
point between the flap and the cell liner. The flap shall be cut away from the cell liner carefully to avoid any puncturing of the liner
system. Upon flap removal, the geocomposite that had been bent up behind the flap shall be folded down flat onto the liner against
the existing geocomposite termination point In order to patch the geocomposite back together prior to reinstalling the sand cover,
place a cap strip of geotextile (g-or/sy minimum) or approved equivalent over the seam and sew it into position. The Contractor shall
ensure that no sand will infiltrate the geocomposite in the area of the patch. The Contractor shall also provide the required geotextile
material. Any excess sand from the rain flap/berm shall be sporead and graded into the as-constructed liner protective layer of the
southern portion of Cell L
This item also includes the connection of the leachate collection line as shown in the Construction Drawings. This shall be
accomplished by cutting and cleaning both ends of the pipe at the liner flap location; providing a spool piece (approximately 7 tt long)
of&in. dia. SDR 11 HDPE pipe and two electro fusion couplers; and connecting the pipe together. The Contractor shall provide
geotextile material to connect the leachate collection "burrito wrap" and shall place the leachate collection gravel around the pipe in
the burrito prior to sewing the geotextile overlap. The Owner will provide the gravel needed to the tie-in location but the Contractor
shall be responsible for placing the geotextile•gravel burrito as shown on the Construction Drawings. The Engineer has estimated
three days for this work; Contractor shall indicate the number ofdays required for this work.
VI This item includes the following materials needed for the project: (i) &in. din SDR 11 HDPE spool pieces; (it) two &in. dia, electro
fusion couplers; and (iii) Smor/sy nonwoven geotextile required for the geocomposite tie-in point cap strip and for tying the leachate
collection system gravel burrito together. The Owner will provide the gravel required to complete the burrito wrap. Approximately
3.6 cy of gravel will be required to constructed the pipe-gravel burrito in this section; this gravel should be obtained from the rain flap
berm along the leachate corridor plus a small stockpile on site.
V11 The Contractor shall provide this leachate pump (see attached Cut Sheet) which will be used as a back-up pump for Cell 1 . This is a
submersible pump for leachate collection in the side slope riser of Cell 1 . This item is optional and the Owner may elect to have this
purchased as part of this contract.
COMANCO ENVIRONMENTAL
CORPORATION ( COMANCO) BID
COMANCO Proposal Revision # 1 10 - 14 - 13
Indian River County Landfill
Cell 1 East-West Rain Flap Removal
Bid Form (Note I)
Estimated
Item Description Unit
p � Quantity Unit Cost Cost
(Note 11)
1 Mobilization/Demobilization (Note III) 1 Lump Sum $ 4 , 850 . 00 $ 4 , 850000
2 Liquid Dewatering/Pumping (Note IV) 1 Week 'per{ XXKM $ 4 , 500 . 00 $ 4 , 500 . 00
3 Rain Flap Removal (Note V) 3 Days $ 31250e0C $ 9 , 750000
4 Materials (Note VI) * 1 Lump Sum $ 1 , 2 0 0 . 0 0 $ 1 , 2 0 0 . 0 0
5 Sligo Submersible Pump (SSR Series 1 PSF) (Note VII) 1 Lump Sum $ 8 , 000400 $ 8 , 000 . 00
Total 28 , 300 . 00
Notes:
I Bidders shall provide list of equipment proposed for the construction activities incicuding earthwork and geosynthetics for the work
described in this Bid Form and shown on the Construction Drawings. Bidders shall also include the names and addresses of
subconsultants they propose for this project.
II Quantities presented herein are estimated quantities and should be verified by Contractor. If quantities are found to be different,
Contractor shall notify Engineer and Owner prior to starting work. Quantities that are not provided and that are within the scope of
work shall be estimated and verified by Contractor and brought to Engineer's attention.
III Mobil ization/demobilization shall not exceed 20% of the total bid price.
IV TBD = to be determined. This item is optional and may or may not be required. This item involves potential dewatering/pumping of
liquids that may have been accumulated, due to recent rainfall events, within the southern portion of Cell 1 (i.e., area of Cell I south
of the east-west rain flap) as shown on the Construction Drawings. Liquids shall be pumped to a tanker truck and transported to the
Bio-solids facility for disposal which is approximately 3,300 ft (0.62 miles) one-way from the rain flap location. Contractor shall
provide unit cost for a tanker truck to pump and transport liquids to the Bio-solids facility, which is located at the landfill facility.
The
tanker truck should have the capability to pump the liquids into the truck. However, the landfill operator has two pumps (one 3-in.
pump and one 64n. pump that could be used if necessary.
V Contractor shall provide equipment and labor for the removal of rain flap as shown on the Construction Drawings. Equipment used
shall be approved by the Engineer prior to being used. The sand along the rain flap shall be carefully removed to expose the tie-in
point between the flap and the cell liner. The flap shall be cut away from the cell liner carefully to avoid any puncturing of the liner
system. Upon flap removal, the geocomposite that had been bent up behind the flap shall be folded down flat onto the liner against
the existing geocomposite termination point. In order to patch the geocomposite back together prior to reinstalling the sand cover,
place a cap strip of geotextile (8-oz/sy minimum) or approved equivalent over the seam and sew it into position. The Contractor shall
ensure that no sand will infiltrate the geocomposite in the area of the patch. The Contractor shall also provide the required geotextile
material, Any excess sand from the rain flap/berm shall be sporead and graded into the as-constructed liner protective layer of the
southern portion of Cell 1 .
This item also includes the connection of the leachate collection line as shown in the Construction Drawings. This shall be
accomplished by cutting and cleaning both ends of the pipe at the liner flap location; providing a spool piece (approximately 7 ft long)
of 64n. dia. SDR I 1 HDPE pipe and two electro fusion couplers; and connecting the pipe together. The Contractor shall provide
geotextile material to connect the leachate collection "burrito wrap" and shall place the leachate collection gravel around the pipe in
the burrito prior to sewing the geotextile overlap. The Owner will provide the gravel needed to the tie-in location but the Contractor
shall be responsible for placing the geotextile-gravel burrito as shown on the Construction Drawings. The Engineer has estimated
three days for this work; Contractor shall indicate the number of days required for this work.
VI This item includes the following materials needed for the project: (i) 64n. dia. SDR I 1 HDPE spool pieces; (ii) two 6-in. dia.
electro
fusion couplers; and (iii) 8-oz/sy nonwoven geotextile required for the geocomposite tie-in point cap strip and for tying the leachate
collection system gravel burrito together. The Owner will provide the gravel required to complete the burrito wrap. Approximately
3 .6 cy of gravel will be required to constructed the pipe-gravel burrito in this section; this gravel should be obtained from the rain flap
berm along the leachate corridor plus a small stockpile on site.
VII The Contractor shall provide this leachate pump (see attached Cut Sheet) which will be used as a back-up pump for Cell 1 . This is a
submersible pump for leachate collection in the side slope riser of Cell 1 . This item is optional and the Owner may elect to have this
purchased as part of this contract.
* Pricing reflects solid pipe for tie - in . If perforated pipe is desired , add $ 50
to the total shown .
Note : Pricing for item # 2 is for one week ( 5 days ) utilizing 6 , 000 gallon truck and
is contingent upon
gravity discharge of the leachate at the onsite treatment facility . Assumes 5 loads per 8
hour work day .
COMANCO proposes to subcontract the onsite leachate hauling to Accurate Septic
Services , Inc . ( 4120 Selvitz Road , Fort Pierce , Florida 34981 ) .
Pricing for item # 5 is for a standard Sligo submersible pump ( SSR Series 1 PSF ) .
COMANCO proposes to use an 80 size excavator , as well as other small company- owned
equipment to complete the work .
Qrs (Ise ) * DNI IVNoliVNxA.r.Nu
SHI.L 'IVIDIdS 'IV.LNIWN02IIANH
Behel, Mark
From : Bill Smola < bsmola@esiliners.com >
Sent: Wednesday, October 02, 2013 3 :06 PM
To. Behel, Mark
Cc& Jr Thompson
Subject. FW: Rain Flap Removal Bid Info
Attachments: Bid Form . pdf, ATT00001 . htm; Cell 1 East-West Rain Flap Removal Drawings. pdf;
ATT00002 . htm; Pipe Perf Diagram. pdf, ATT00003 . htm
Mr. Behel,
Jr. Thompson wanted me to forward you a price for the work below . Per Jr. Thompson EST 's price is $25, 000. 00.
Please give Jr. Thompson a call with any questions .
Thanks
Bill "Tree " Smola
Estimating Manager
Environmental Specialties International, Inc.
508D Old Lexington Highway
Chapin, SC 29036
(803 ) 8164203
( 803 ) 816-4205 Fax
( 225 ) 317-0233 Cell
bsmola@esiliners . com
www, esiliners. com
Begin forwarded message :
From : "Behel, Mark " <MBehel@republicservices com>
To : "Jr Thompson " <jthomnson@esiliners .com>
Subject: Rain Flap Removal Bid Info
Jr. ,
See attached for the bid info we discussed earlier today .
It is not stated on the bid form that the pipe should be perforated but if you would give me two
prices on the pipe (one price with perforations and one price for a solid pipe)
Thanks
Mark Behel
Area Environmental Manager
Republic Services
904-3424478 (o)
205M265 -0083 (c)
i
ATTACHMENT B
SUMMARY OF BIDS TABLE
SUMMARY OFBIDS
CELL 1 EAST-WEST RAINFLAP REMOVAL PROJECT
INDIAN RIVER LANDFILL RAINFLAP REMOVAL BID EVAL
Base BidBase Bid without pump
Comanco AEG ESI Comanco AEG ESI
Mob/Demob $4 , 850 $32500 # $4 , 850 $3 , 500 Cannot
Dewatering $4 , 500 $21250 # $4 , 500 $2 , 250 Evaluate
Rainflap Removal $9 , 750 $ 10 , 500 # $9 , 750 $ 107500
Materials $ 1 , 200 $875 # $ 1 , 200 $875
Pump $8 , 000 $2 , 500 # $0 $0
Totals $28 , 300 $ 19 , 625 $25, 000 $20, 300 $ 17 , 125
# - ESI provided only_ a lump sum price and did not provide prices for each line item
The pump can be purchased directly from Sligo for $ 1 , 630 so it is recommended that it be
purchased from them .
Geosyntec Consultants