Loading...
HomeMy WebLinkAbout2024-046ASECTION 00530, Rev. 1— EJCDC STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR ON THE BASIS OF A STIPULATED PRICE THIS AGREEMENT ("Agreement" or "Contract") dated the 20th day of February in the year 2024 by and between Indian River County Solid Waste Disposal District, a dependent special district of Indian River County, which is apolitical subdivision in the State of Florida (hereinafter called OWNER) and Comanco Environmental Corporation of Palm City, Florida. (Hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 WORK CONTRACTOR as an independent contractor and not as an employee shall furnish and complete all of the necessary labor, material, and equipment to perform the work as specified or indicated in the Contract Documents. The work is generally described as follows: 1. Clearing, grubbing, and/or stripping the construction area as directed by the Engineer or Owner; 2. Use of appropriate dust control measures during earthwork operations; 3. Construction of access ramp for Cell 3 construction; 4. Furnish materials for general/structural fill that meets the Technical Specifications, placement and compaction to the subgrade grades shown on the Construction Drawings; 5. Cleaning of the Segment 3 final cover geomembrane or liner system geomembrane for tie-in (extrusion welding or double -track fusion welding as appropriate) to the Cell 3 — Segment 3 Expansion geomembrane liners; 6. Proofrolling of compacted fill or prepared subgrade surface prior to placement of the liner subbase; 7. Construction of Cell 3 — Segment 3 Expansion double liner system, including anchor trench and temporary intercell berm/rain flap; 8. Construction of leachate detection, leachate collection, and leachate transfer systems for Cell 3 — Segment 3 Expansion; 9. Construction of LCS manhole and LDS pump station; 10. Construction of Liner penetration boxes. 00530-1, Rev. 1 11. Construction of erosion and sediment control structures (including silt check dams, straw bale barriers in perimeter ditches, and silt fence) as necessary to facilitate construction and minimize erosion during storm events; 12. Clearing, grubbing, excavation, backfilling, compaction, grading, and proof rolling necessary to facilitate construction of previously mentioned components of Phase 2 of Cell 3 — Segment 3 Expansion. ARTICLE 2 ENGINEER The project has been designed by Geosyntec Consultants, Inc., hereinafter called ENGINEER, and who is to act as OWNER'S representative, assume all duties and responsibilities and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the work in accordance with the Contract Documents. ARTICLE 3 CONTRACT TIME 3.1 The CONTRACTOR shall be substantially completed with the following timeframe (a) Within 30 calendar days from effective date of Notice to Proceed, Contractor shall complete the following tasks: 1. Obtain all necessary permits. 2. Receive approved shop drawings for all materials and equipment to be utilized in the job. 3. Perform all photographic recording and documentation of conditions prior to construction. 4. Locate all existing utilities in the area of work. 5. Submit and secure approval of shop drawings. 6. Mobilize all labor, equipment, and materials. 7. Deliver and store all equipment and materials to the job site. 8. Notify all utilities and other affected parties prior to initiating construction. (b) From 30 calendar days to 90 calendar days from the effective date of Notice to Proceed, the CONTRACTOR shall complete the following tasks: 1. Substantially complete the Work described in these Contract Documents. 2. Correct all deficiencies noted by Engineer. Completion of all tasks outlined above (i.e., Subparagraphs a) and b) constitutes Substantial Completion. (b) From 90 calendar days to 120 calendar days from the effective date of Notice to Proceed, the CONTRACTOR shall complete the following tasks: 00530-2, Rev. 1 1. Clean up project area. 2. Remove all equipment and material from project site. 3. Perform contract closeout procedures. 3.2 Completion of all tasks outlined above (i.e., Subparagraphs a, b, and c) constitute Final Completion. 3.3 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence in/under this Agreement and that OWNER will suffer financial loss if the work is not completed within the times specified in Paragraphs 3.1 and 3.2 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER four -hundred and fifty dollars ($450.00) for each day that expires after the time specified in Paragraph 3.1 for Substantial Completion from Day 91 to Day 120 , if CONTRACTOR shall neglect, refuse or fail to complete the remaining work within the Contract Time or any proper extension thereof granted by OWNER, CONTRACTOR shall pay OWNER eight hundred dollars ($800.00) for each day that expires after the time specified in Paragraph 3.2 for completion and readiness for final payment (after Day 121). The liquidated damages will not be compounded. 3.3.1 The CONTRACTOR and OWNER agree that OWNER is authorized to deduct all or any portion of the above -stated liquidated damages due to the Owner from payments due to the Contractor; or, in the alternative, all or any portion of the above -stated liquidated damages may be collected from the Contractor or its Surety or Sureties. These provisions for liquidated damages shall not prevent the OWNER, in case of the CONTRACTOR's default, from exercising its right to seek other remedies including, but limited to, terminating the Contractor's right to proceed as provided in this AGREEMENT. 3.3.2 In addition to the above -stated liquidated damages, the CONTRACTOR shall be responsible for reimbursing OWNER to third party consultants in administering the Project beyond the Substantial Completion date specified in this Agreement, or beyond an approved extension of time granted to CONTRACTOR, whichever date is later. ARTICLE 4 CONTRACT PRICE 4.1 OWNER shall pay CONTRACTOR for completion of the work in accordance with the Contract Documents in current funds in the amount of $6,897,651.70. ARTICLE 5 PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions and the Contract Documents. 00530-3, Rev. 1 5.1 Progress Payments. The OWNER shall make progress payments to the CONTRACTOR on the basis of the approved partial payment request as recommended by ENGINEER in accordance with the provisions of the Local Government Prompt Payment Act, Florida Statutes section 218.70 et. seq. The OWNER shall retain ten percent (10%) of the payment amounts due to the CONTRACTOR until fifty percent (50%) completion of the work. After fifty percent (50%) completion of the work is attained as certified to OWNER by ENGINEER in writing, OWNER shall retain five percent (5%) of the payment amount due to CONTRACTOR until final completion and acceptance of all work to be performed by CONTRACTOR under the Contract Documents. Pursuant to Florida Statutes section 218.735(8)(b), fifty percent (50%) completion means the point at which the County as OWNER has expended fifty percent (50%) of the total cost of the construction services work purchased under the Contract Documents, together with all costs associated with existing change orders and other additions or modifications to the construction services work provided under the Contract Documents. 5.2 Pay Requests. Each request for a progress payment shall be submitted on the application for payment form supplied by OWNER and the application for payment shall contain the CONTRACTOR's certification. All progress payments will be on the basis of progress of the work measured by the schedule of values established, or in the case of unit price work based on the number of units completed. After fifty percent (50%) completion, and pursuant to Florida Statutes section 218.735(8)(d), the CONTRACTOR may submit a pay request to the County as OWNER for up to one half (1/2) of the retainage held by the County as OWNER, and the County as OWNER shall promptly make payment to the CONTRACTOR unless such amounts are the subject of a good faith dispute; the subject of a claim pursuant to Florida Statutes section 255.05(2005); or otherwise the subject of a claim or demand by the County as OWNER or the CONTRACTOR. The CONTRACTOR acknowledges that where such retainage is attributable to the labor, services, or materials supplied by one or more subcontractors or suppliers, the Contractor shall timely remit payment of such retainage to those subcontractors and suppliers. Pursuant to Florida Statutes section 218.735(8)(c)(2005), CONTRACTOR further acknowledges and agrees that: 1) the County as OWNER shall receive immediate written notice of all decisions made by CONTRACTOR to withhold retainage on any subcontractor at greater than five percent (51/o) after fifty percent (50%) completion; and 2) CONTRACTOR will not seek release from the County as OWNER of the withheld retainage until the final pay request. 5.3 Paragraphs 5.1 and 5.2 do not apply to construction services work purchased by the County as OWNER which are paid for, in whole or in part, with federal funds and are subject to federal grantor laws and regulations or requirements that are contrary to any provision of the Local Government Prompt Payment Act. In such event, payment and retainage provisions shall be governed by the applicable grant requirements and guidelines. 5.4 ACCEPTANCE AND FINAL PAYMENT: Upon receipt of written notice that the work is ready for final inspection and acceptance, the ENGINEER will promptly make such inspection and when the ENGINEER finds the work acceptable under the terms of the Contract and the Contract fully performed, the ENGINEER will promptly issue a final completion certificate stating that the work provided for in this Contract has been 00530-4, Rev. 1 completed, and acceptance by the OWNER under the terms and the conditions thereof is recommended and the entire balance found to be due the CONTRACTOR, will be paid to the CONTRACTOR by the OWNER following County Commission approval of the final Contract payment. 5.5 Acceptance of Final Payment as Release. The acceptance by the CONTRACTOR of final payment shall be and shall operate as a release to the OWNER from all claims and all liability to the CONTRACTOR other than claims in stated amounts as may be specifically excepted by the CONTRACTOR for all things done or furnished in connection with the work under this Contract and for every act and neglect of the OWNER and others relating to or arising out of the work. Any payment, however, final or otherwise, shall not release the CONTRACTOR or its sureties from any obligations under the Contract Documents or the Payment and Performance Bonds. ARTICLE 6 INTEREST Not Applicable. ARTICLE 7 CONTRACTOR'S REPRESENTATIONS In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 7.1 CONTRACTOR has familiarized itself with the nature and extent of the Contract Documents, work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the work. 7.2 CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in Paragraph 4.02 of the General Conditions, and accepts the determination set forth in Paragraph SC -4.02 of the Supplementary Conditions of the extent of the technical data contained in such reports and drawings upon which CONTRACTOR is entitled to rely. 7.3 CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports and studies (in addition to or to supplement those referred to in Paragraph 7.2 above) which pertain to the subsurface or physical conditions at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the work as CONTRACTOR considers necessary for the performance of furnishing of the work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Paragraph 4.02 of the General Conditions; and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by CONTRACTOR for such purposes. 00530-5, Rev. 1 7.4 CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing underground facilities at or contiguous to the site and assumes responsibility for the accurate location of said underground facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said underground facilities are or will be required by CONTRACTOR in order to perform and furnish the work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Paragraph 4.04 of the General Conditions. 7.5 CONTRACTOR has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. 7.6 CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. 7.7 CONTRACTOR is registered with and will use the Department of Homeland Security's E -Verify system (www.e-verify.gov) to confirm the employment eligibility of all newly hired employees for the duration of this agreement, as required by Section 448.095, F.S. Contractor is also responsible for obtaining an affidavit from all subcontractors, as required in Section 448.095(5)(b), F.S., stating the subcontractor does not employ, contract with, or subcontract with an unauthorized alien. ARTICLE 8 CONTRACT DOCUMENTS. The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the work consist of the following documents which are incorporated by reference as if fully set forth herein: 8.1 This Agreement (Section 00530). 8.2 Public Construction Bond (Section 00610). 8.3 Notice of Award and Notice to Proceed (examples in Section 00800). 8.4 General Conditions (Section 00700). 8.5 Supplementary Conditions (Section 00800). 8.6 Specifications bearing the title "Phase 2 - Cell 3 Construction Class 1 Landfill - Sement 3 Expansion" as listed in the table of contents hereof. 8.7 Drawings, inclusive with each sheet bearing the following general title "Phase 2 - Cell 3 Construction Class 1 Landfill - Segment 3 Expansion. 8.8 Addenda numbers 1 to 4, inclusive. 8.9 CONTRACTOR'S Bid (Section 00300). 8.10 The following, which may be delivered or issued after the effective date of the Agreement and are not attached hereto: All written amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to Paragraphs 3.04 of the General Conditions. 00530-6, Rev. 1 There are no Contract Documents other than those listed above in this Article 8. The Contract Documents may only be amended, modified or supplemented as provided in Paragraphs 3.04 of the General Conditions. ARTICLE 9 MISCELLANEOUS 9.1 Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 9.2 It is agreed that the CONTRACTOR shall not assign, transfer, convey, or otherwise dispose of the contract or its right, title, or interest in or to the same or any part thereof, or allow legal action to be brought in its name for the benefit of others, without previous consent of the OWNER and concurred to by the sureties. Any attempted assignment shall be void and may, at the option of the OWNER be deemed an event of default hereunder. Nothing herein shall be construed as creating any personal liability on the part of any officer or agent of the OWNER who may be a party hereto. 9.3 OWNER and CONTRACTOR each bind itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. 9.4 The CONTRACTOR shall be properly licensed to practice its trade or trades which are involved in the completion of this Agreement and the work thereunder. 9.5 This Agreement shall be governed by the laws of the State of Florida. Venue for any lawsuit brought by either party against the other party or otherwise arising out of this agreement shall be in Indian River County, Florida, or, in the event of federal jurisdiction, in the United States District Court for the Southern District of Florida. 9.6 CONTRACTOR agrees to indemnify and hold harmless the OWNER, together with its agents, engineers, employees, elected officers and representatives, from liabilities, damages, losses, and costs, including but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the CONTRACTOR and persons employed or utilized by the CONTRACTOR in the performance of the work under this Agreement. This indemnification and hold harmless provision shall survive the termination or expiration of this Agreement. The indemnification is limited to $5 million per occurrence. 9.7 Pledge of Credit. The CONTRACTOR shall not pledge the OWNER'S credit or make it a guarantor of payment or surety for any Agreement, debt, obligation, judgment, lien or any form of indebtedness. The CONTRACTOR further warrants and represents that it has no obligation of indebtedness that would impair its ability to fulfill the terms of this Agreement. 00530-7, Rev. 1 9.8. Counterparts. This Agreement may be executed in one or more counterparts, but all such counterparts, when duly executed, shall constitute one and the same Agreement. 9.9. A. Indian River County is a public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: (1) Keep and maintain public records required by the County to perform the service. (2) Upon request from the County's Custodian of Public Records, provide the County with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119 or as otherwise provided by law. (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the County. (4) Upon completion of the contract, transfer, at no cost, to the County all public records in possession of the Contractor or keep and maintain public records required by the County to perform the service. If the Contractor transfers all public records to the County upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the County, upon request from the Custodian of Public Records, in a format that is compatible with the information technology systems of the County. B. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: (772) 226-1424 publicrecords(a),indian river.gov Indian River County Office of the County Attorney 180127" Street Vero Beach, FL 32960 C. Failure of the CONTRACTOR to comply with these requirements shall be a material breach of this Agreement. 00530-8, Rev. 1 9.10 TERMINATION IN REGARDS TO F.S. 287.135: CONTRACTOR certifies that it and those related entities of CONTRACTOR as defined by Florida law are not on the Scrutinized Companies that Boycott Israel List, created pursuant to s. 215.4725 of the Florida Statutes, and are not engaged in a boycott of Israel. OWNER may terminate this Contract if CONTRACTOR, including all wholly owned subsidiaries, majority-owned subsidiaries, and parent companies that exist for the purpose of making profit, is found to have been placed on the Scrutinized Companies that Boycott Israel List or is engaged in a boycott of Israel as set forth in section 215.4725, Florida Statutes. In addition, if this agreement is for goods or services of one million dollars or more, CONTRACTOR certifies that it and those related entities of CONTRACTOR as defined by Florida law are not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to Section 215.473 of the Florida Statutes and are not engaged in business operations in Cuba or Syria. OWNER may terminate this Contract if CONTRACTOR is found to have submitted a false certification as provided under section 287.135(5), Florida Statutes, been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or been engaged in business operations in Cuba or Syria, as defined by section 287.135, Florida Statutes. * REMAINDER OF THE SECTION LEFT BLANK INTENTIONALLY * 00530-9, Rev. 1 IN WITNESS WHEREOF, OWNER AND CONTRACTOR have signed this Agreement the day and year first written above. OWNER INDIAN RIVER COUNTY. �.yCQhi... r ;� By san Adams, airman :'yp9'LR/`�; ER. By: .. Jo A. Titk ich, Jr., County Administrator APPROVED AS TO FORM AND LEGAL SUFFICIENCY - By:. K. Keith' J kma ssis ant County Attorney Ryan L. Butler, Clerk of the Circuit Court ztn4l - 011�� Attest: Deputy Clerk (SEAL) Designated Representative: Himanshu Mehta, Managing Director Solid Waste Disposal District 1325 74th Ave SW Vero Beach, FL 32968 Phone: 772-770-5112 OMANCO Environmental Cor �i OY-� "A MW Q o actor) Mark A. Topp, President (CORPORATE SEAL) �—�Omjm Attest DaniefteoMeador, Project Development Coordinator Address for giving notices: 4301 Sterling Commerce Drive Plant City, FL 33566 License No. CGC046467 (Where applicable) Designated Representative: Name: Mark A. Topp Title: President Address: 4301 Sterling Commerce Drive Plant City, FL 33566 Phone: 813-988-8829 (If CONTRACTOR is a corporation or a partnership, attach evidence of authority to sign.) *END OF SECTION* 00530-10, Rev. 1 SECTION 00310 BID FORM PROJECT IDENTIFICATION: Indian River County Bid No. 2024027 Project Name: INDIAN RIVER COUNTY BID NO. 2024027 PHASE 2 — CELL 3 CONSTRUCTION CLASS 1 LANDFILL — SEGMENT 3 EXPANSION Project Address: 1325 7411 Ave SW, Vero Beach, FL 32968 Project Description: CONTRACTOR shall complete all work as specified or indicated in the Contract Documents. The work is generally described as follows which shall include, but is not necessarily limited to the following: 1. Clearing, grubbing, and/or stripping the construction area if necessary and as directed by the Engineer or Owner; 2. Use of appropriate dust control measures during earthwork operations; 3. Construction of access ramp road into for Cell 3; 4. Furnish materials for general/structural fill that meets the Technical Specifications, placement and compaction to the subbase grades shown on the Construction Drawings; 5. Cleaning of the Segment 3 Cell 2 liner system geomembrane for tie-in (extrusion welding or double -track fusion welding as appropriate) to the Cell 3 — Segment 3 Expansion geomembrane liners; 6. Proofrolling of compacted fill or prepared liner subbase surface; 7. Construction of Cell 3 — Segment 3 Expansion double liner system, including anchor trench and temporary intercell berm/rain flap; 8. Construction of leachate detection, leachate collection, and leachate transfer systems for Cell 3 — Segment 3 Expansion; 9. Construction of LCS manhole and LDS pump station and associated electrical and mechanical features; 10. Construction of Liner penetration boxes; 11. Construction of erosion and sediment control structures (including silt check dams, straw bale barriers in perimeter ditches, and silt fence) as necessary to facilitate construction and minimize erosion during storm events; Bid Form REV 04-07 - 00310 - 1 Indian River County Bid No. 12. Clearing, grubbing, excavation, backfilling, compaction, grading, and proofrolling n to facilitate construction of previously mentioned components of Phase 2 of Cell 3 — 3 Expansion. THIS BID IS SUBMITTED TO: INDIAN RIVER COUNTY 18002 -rh Street VERO BEACH, FLORIDA 32960 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter Agreement with OWNER in the form included in the Bidding Documents to perform as specified or indicated in the Bidding Documents for the prices and within the times ii in this Bid and in accordance with the other terms and conditions of the Bidding DOCI into an ill Work dicated ments. 2.01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to id and Instructions to Bidders, including without limitation those dealing with the dispositio 1 of Bid security. The Bid will remain subject to acceptance for 90 days after the Bid openin , or for such longer period of time that Bidder may agree to in writing upon request of OWN R- 3.01 In submitting this Bid, Bidder represents, as set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged. Addendum Date Addendum Number 12/14/2023 #01 12/21/2023 12/28/2023 #03 12/28/2023 #04 B. Bidder has visited the Site and become familiar with and is satisfied as to the gene I, local and Site conditions that may affect cost, progress, and performance of the Work. C_ Bidder is familiar with and is satisfied as to all federal, state and local Laws and Reg ilations that may affect cost, progress and performance of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface co ditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions, and (2) reports and drawings of a Hazardous Environmental Cc ndition, if any, which have been identified in the Supplementary Conditions as provided in pa -agraph 4.06 of the General Conditions. E. Bidder has obtained and carefully studied (or assumes responsibility for having don so) all additional or supplementary examinations, investigations, explorations, tests, studies a id data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to an aspect of the means, methods, techniques, sequences, and procedures of construction to be er 1ployed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. Bid Form REV 04-07 - 00310 - 2 Indian River County Bid No. F. Bidder does not consider that any further examinations, investigations, exploration tests, studies, or data are necessary for the determination of this Bid for performance of the Nork at the price(s) bid and within the times and in accordance with the other terms and cond tions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder, information and ob ations obtained from visits to the Site, reports and drawings identified in the Bidding Docume its, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. I. Bidder has given ENGINEER written notice of all conflicts, errors, ambigu ies, or discrepancies that Bidder has discovered in the Bidding Documents, and the written relsolution thereof by ENGINEER is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understandg of all terms and conditions for the performance of the Work for which this Bid is submitted. 4.01 Bidder further represents that this Bid is genuine and not made in the interest of or c of any undisclosed individual or entity and is not submitted in conformity with any ag or rules of any group, association, organization or corporation; Bidder has not di indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidde solicited or induced any individual or entity to refrain from bidding; and Bidder has nc by collusion to obtain for itself any advantage over any other Bidder or over OWNER [The remainder of page intentionally left blank] behalf ectiy or has not :sought Bid Form REV 04-07l- 00310 - 3 ADDENDUM 4 SOLID WASTE DISPOSAL DISTRICT INDIAN RIVER COUNTY LANDFILL PHASE 2 - CELL 3 - SEGMENT 3 EXPANSION (11.5 AC.) BID FORM, REV. 2 Item No. rap Work Deur' ifon.1tern units Estirnatad Quantity More VD Unit ceet(SI Tical Cc it (S) e7aledal Labor GJaeral site pirvar-aw Mobilization and Demoblliubon (not-m+aceed 5%oftonl bid) (Nate 1) LS t1 $2,546.001 $272,454,00 $275,0 0.00 2 Surveying&Aa-BuiltDnwinp(NoteII) I LS 1 1 $0.001 $72500,00 $71500.001 Subtotal Site Preparation = 1347 51 in nnl FAWOWk pndkifes Gradit andleplyde CoVeafda ltasellQ 3 General and SucctumI tell Sae Gndtng and IAvelig of Top of Lina Subbase Prior to A Geosynthetialnsh4Ltion(PrimarilyCuQ `'� '400 $7.8 $18.1 $36,4 0.00 Q11 Liner dysrem (Nora M Subtotal 13arthwork =$36,4K.00 4 line Protective IAya - A 4•in. Liner Pntactive Layer whk Grading and Compaction cr` 36.-1 $22.06 $23.94 1 65 0.0 B 1hueroell Sal a stoma Barna I'M C ITanporaryintercell Berm with Rein Rap Cyd 1.7001 $22.0623.94 $78,40A 5 PririaryGiacompositeDrairageLayer sgft 499.5001$0.352 o Pronary60 nil Taaured lIDPE Ckonc=bmee Sq ft 499,5007 S-ridaryGeawmpmil-DreimgeLays sgft 499,500S Secondary 60 mil TWured HDPE Geornembrane soft 499,5009 M$O.278 Geosyntheac Clay liner aqft 499,3506 Ju10 Electrical Leak Location Survey is II Una System Tia -in (Excitation WaldtDoublewack Fusion Weld) LF 1,300 12 rJrabnambrana Reirdlap t3 omembmneRah&P I aq ft 1 1.7,1001 $0.43510.445 $32,6418.00 usion WAdG--b-Saciricial Reia9aa p Primary HDPB B F.xueom Geomenlimne LF t,3o0 0.6 6.38 91 D.00 13 lAnchorTranch LF 2,900 1 $0,5111 1 Jtucba/r Colledlax 6 Dated-Sysrarn Subtotal Cell 3 Liner System -- L4 LCS Comdor A_ 0ntu4rbniugaMN ial(AAMMNo.57) cyd i.Wo $188.94 $129.06 $318 .00 B. lGeotatil. FiltedCushion with ". overlap and sawn at stain zq yd 900 15 LDS Additional Geonei Drainage [Ayer in Corridor tq yd 1,920 $5.76 5.24 $213M.00 16 LIDS Granular Drainage Materiel (AASHTO No. 4) ryd w S09-74 Al 17-2 V-6 KOM IT Carrier Pipe 4te Cclledioo +Lewliate 104n Dist. SDR. 17 Solid HDPE Cart.esdra Dicticn Drill])510 Detection+Lacuna Gravity U.. iiorizcnWm Ly 3 .43 IS 1141 Dia 5DR 21 Sold 1�PE. Co matait Pipe(LAacaaw Coliaticn+ L.adwee Detection +Ladiatc(Iravity Line+ HorizmrW Direction Drill) LF 510 19 1104n. Dia. SDR 17 LDS Padomted Pipe A Fittings LF 350 20 10 -in. Di. SDR 17 LCS Perforated Pipe & Fittings LF 1,300 510-59 S32 --S Op 21 Toa Drain (Note VII) A 6 -in Dia. SDR 17 Perfomad HDPE Pipe LF 1,250 B Toe Drain Connector and Reducer each 2 1616.72 1583.261 1140�- C Gnrubt Dni to Material (AASHTO No. 57) eyd 200 D Gaotmisle PileerlCushion with 2 -as. overlap and sawn at =in sq yd I_w 22 tat Cleaning and Video Inspection of LCS and LDS 3 1 23 Tranches with h lhhpavd EUMM 700 $6.97 $17.03 S7,2 .00 24 E-variun, Gmding, and Compaction for Sump IS 1 25 10-io. Dia. Palormd Lachaw nwection Manifeld soh 1 $22 34980 $23 15 a2C S 45.512 3.00 26 LCS & LDS Cleanout 10 -in Dia Solid SDR -17 LCS Clean" ancta n" Pipe with Onslost, SBoo A eidallodwFtRings 20 $40.66 $53.39 $1.88D.001 B 4'X57(5• Fiber Reinforced Corinda Collar each 3 IG-im Dia Solid SDR -17 LDS Cianoat Pipe with Gasket, Secure Boot C. and all cd-Fittires LF 130 D LCS & LDS Clarioix Cap tied fittings each ] $1,629.3 $1,320.65 E I WYE Fittings for LCS Cleanout each 1 1 $4,644.0 $2,756.00 $7.40 .00 27 Wall Slavawithiik-haiialSeel each 1 12 C316 nol $234.00 16.& LM 28 ILinerPerietoiluinBox I each 1 ] $12,280.001 6220.0 $55,501).001 FI9363A\Bid Form, Rev. 2 Page 1 I December 2023 ADDENDUM 4 SOLID WASTE DISPOSAL DISTRICT INDIAN RIVER COUNTY LANDFILL PHASE 2 — CELL 3 — SEGMENT 3 EXPANSION (11,5 AC.) BID FORM, REV. 2 Dent Na Work Descrl tionAtem p Units Estimated Quaati>y (Note Vf) Usk Coll 76) Material Labor Total tint (S) 29 Valve and Box wish Box Pad each 7 79 30 Conorete Slab for Conuol Pond each ]$210,110 S450, I' 31 jElgetricaLCaobolPana4Grounding&LightningProlection(Note V) LS 1120,053.0 $174,947.0 32 LDS Pump Station Sump Pump each 1 6,753.00 33 LCS Manhole sash 1 .111 -504 00 34 Reatl�[cemence around openings LS S400.00 $950.00 35 Lieu Markers (Post- 4"x4") each Z 1147j* S90.00 S9500 M Bollard Postwith Encasement each 5 !A 37 "mit of waste Markers each 6 7/ 38 iker Tape LF 800 39 Post Mowlted Pipe Support each 2 $769.00 $931,00 40 11 -Ft. Aluminium Sign Post with 2 -Ft Dis. CoawKe Footing each l 41 24• is. x20 -in. Warning Sign each l $106.00 3169.Q0 0 *142 Sandbags each 7,004 $2.67 $9.83 12 5 0.00 41 vin Tarp(Dwa Skim 12 BV or approved equivalent)with Ropes &lies aqh 134,000 $0,183 0.157 $11.35 0.00 Subtotal Leackats Collection Sump — ) 6 Drtfne a Mick, Access Road mtdEnbande Road 44 JR.8radit.9 LF 1001 S0,001 S18,nol 1 45 Access Roads andRantps A. IRCA -Provided by she Chad (Lbw Only) I yd I 750 B I cyd 1 100 46 4•in. by 36-ia. R.CP Elliptical Culver 1iF 1301 S205.551.00 Mfreelfaneores Subtotal Drainage Ditch & Access Road -*98..00 47 Erosion sad Scdhneat Controls LS 1 QSite Restoration including Vegetation aria 1.35 7. $15,853.00Total Miscellanvoris= SUBTOTAL= 15% CONTXNGFNCY = MobiKutioaDemobrkxation (lit. 1) shall intNde tiny' partial donobdimsicn req.irm! Pon all ruay—ass of mawuion spcufnd lsneia and len the Cant—lion Draining, and Iral 7 Spairwtims. The ssmy aeivides (Ihem 2) shall iWude satydg of asialing eaaditivas prior to coanrveeion, -WI. -y., firr..e p:aauuve, Its", wnenian syacm, . final nanny and any survcs , aided 0 aw)wl the darelim or the pmi 1. Fanh.,eAq—t.pe;etc is-pixe compameo qumtiues. Earthwork pav items iwAslc ell cost to haul, plan, compact, and article gcovelf rumasI F R Existing cmullwa o- represent top of linubboxe IIL "Ming from Phase l Ste Prepreliat emdimgioo prejem. For bidding pwpma serum- 2 inches of f m astesiol ml l be p]xod. Paymem nil I lee taut as accost quaasity placed burl m' sial and final is -built sure y of lap of Iia s&bsse AD goospnthalk quamiia provided ase iamoaalion quamhies for bit tasmmepmposes. Material supply qumtilics shall be based on Inusbcd painter and My—, z—.d by M 0v ors aur, —d ry aPpmtd by rhe Eagtecer. Supply quankies ah2ll wee de waste, slope. anchor trs A, aredap, and my omu adusmhas fomors -y csa y m suppb' it materiel to eonhpin.e tie k. I'll I'll quuddca sv81 be baso oa acetal rqu sc faaa8c vcnficd by 3rd pasty. coney. V btr,]odes alt natmial, equipnuu and labaregairedso inpa8 pwnps,pipehg,comms,v.h-,andalkeraompoaeanJbtslnunmlmione Inc kathewcolkwon aM dctatmnayslans atidsmrpa. Quaakias ptarnnta&rein arc eswmred qumtkies sad sheath eavedfiea by Casmama.Ifqwntitas aafamdr. be mgnifiraruly diffema; Contrtimo abdlmtify Cordwcrirn not provided shall be arineahed and verified by Cantmcta. Papnem d d] be mad. o saa•eyd and c.1-1.1rd gmnsidrs is ac<ordae. will, rte TeeMieul Specdicatioes. V0. Tee drain is currently pending permit modgicaaanap"nai by FDEP. W Aw FL9353A\Bid Form, Rev. 2 Page 2 1 December 2023 Indian River County Bid No. 5.01 Bidder shall complete the Work in accordance with the Contract Documents for the pri s) contained in the Bid Schedule: A. The Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correc sum. Discrepancies between words and figures will be resolved in favor of the words. B. The Owner reserves the right to omit or add to the construction of any portion or portions of the work heretofore enumerated or shown on the plans. Furthermore, the Owner reserves the right to omit in its entirety any one or more items of the Contract Wthout forfeiture of Contract or claims for loss of anticipated profits or any claims by the Contractor on account of such omissions. C. Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantifies provided. The quantities actually required to complete the contract and work may be less or more than so estimated, and, if so, no action for damage s or for loss of profits shall accrue to the Contractor by reason thereof. D. Unit Prices have been computed in accordance with paragraph 11.03.13 of the Conditions. 6.01 Bidder agrees that the Work will be substantially completed and ready for final payllnent in accordance with paragraph 14.07.8 of the General Conditions on or before the datesr within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified, which shall be stated in the Agreemen 7.01 The following documents are attached to and made a condition of this Bid: A. Itemized Bid Schedule; B. Required Bid security in the form of Bid Bond C. Sworn Statement under Section 105.08, Indian River Code, on Di Relationships; D. Sworn Statement Under the Florida Trench Safety Act; E. Qualifications Questionnaire; F. List of Subcontractors; G. Certification Regarding Prohibition Against Contracting with Scrutinized Companies 8.01 The terms used in this Bid with initial capital letters have the meanings indicated in the re of F_00300 Bid Package ContentsEW Form -00310 - 6 Indian River County Bid No. 202402 Instructions to Bidders, the General Conditions, and the Supplementary Conditions. SUBMITTED on January 10, 20 24. State Contractor License No. CGC046467 If Bidder is: An Individual Name (typed or printed): By: (individual's signature) Doing business as: Business address: Phone No.: Email: A Partnership Partnership Name: FAX No.: By: (Signature of general partner -- attach evidence of authority to sign) Name (typed or printed): Business address: Phone No.: FAX No. - Email: A Corporation (SEAL) Corporation Name: COMANCO Environmental Corporation (SEAL) State of Incorporation: Florida Type (General ess, Prof ional, Service, Limited Liability): General Busine By: of do 11 (Signature -- of authority to sign) Name (typed or printed): Mark A. Top Title: Presi (CORPORAT Attest i (Signature of Corpora Secretary) Mark A. Topp Business address: 4301 Sterling Commerce Dr Plant City, FL 33566 PhoneNo.: 813-988-8829 FAXNo.: 813-652-8702 Email: estimatingadmin@comanco.corn Date of Qualification to do business is 06/29/1989 s SEAL) F_00300 Bid Package ContentsBid Form 100310 - 7