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