Loading...
HomeMy WebLinkAbout2007-238 `7 Y -7 Y7 AMENDMENT AND EXTENSION TO AGREEMENT FOR PROVIDING DISASTER DEBRIS REMOVAL AND DISPOSAL SERVICES FOR INDIAN RIVER COUNTY , FLORIDA This Amendment and Extension ("Amendment" ) to that certain Agreement to provide disaster debris removal and disposal services is entered into effective as of July 1 , 2007 by and between Indian River County, a political subdivision of the State of Florida ("County") and Ceres Environmental Services , Inc. , a Minnesota corporation authorized to do business in the State of Florida ( " Contractor" ) . BACKGROUND RECITALS A. Effective August 23 , 2005 , the County and the Contractor entered into a Disaster Debris Removal and Disposal Agreement ("Contract" ) . B . Article 8 of the Contract contains the term and renewal provisions . C . Article 5 of the Contract contains the price increase provisions . D . Pursuant to the Contract, the parties desire to amend Articles 5 and 8 of the Contract by this Amendment . NOW, THEREFORE , in consideration of the foregoing , and other good and valuable consideration , the receipt and sufficiency of which are hereby acknowledged , the County and the Contractor agree as follows : 1 . The background recitals are true and correct and form a material part of this Amendment. 2 . From and after the date of this Amendment, Article 8 is amended in its entirety and shall read as follows : This Contract shall be binding on the parties for the initial term that commenced August 23 , 2005 and ends June 30 , 2007 . The initial renewal term shall commence effective as of July 1 , 2007 and shall end on December 31 , 2008 ; the second renewal term shall commence January 1 , 2009 and end December 31 , 2009 ; and the final renewal term shall commence January 1 , 2010 and end December 31 , 2010 . All renewal terms are subject to sooner termination in accordance with the terms of this Contract . 3 . From and after the date of this Amendment, the parties agree that the prices set forth in the Contract have been changed by a CPI increase of 2 . 6% effective as of July 1 , 2007 as set forth on Exhibit A attached hereto and made a part hereof. The County hereby waives the 30 days' prior written notice of a CPI increase that is required under Article 4 of the Contract. 1 4. 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 effective the day and year first set forth above. ATTEST: J . K. Barton , Clerk INDIAN RIVER . q{JNTY, FLOiIpA BOARD OF COUNTY COMMISSI,ONERS By Deputy Clerkawry C. Wheeler,- Chairma� BCC Approval Date: -TG t °Ik Approved : p _ J eph A. aird , County Administrator prc ed as to form and legal sufficiency: / Mdfian 'E . Fell , Assistant County Attorney WITNESS : CERES VI 6NM , NTALSERVICES , INC. Q u h Signature) (CO SEAL) Title : � � f 4e Date: 7 - �(� - O ;> 2 EXH I 9w ff #jA wi ------ n® LIMLI RIVEP. Co FURCHASI7vGDIi7S10n' a i 1840 25TESTREEZ SUMEN-II8 y 1 VERO BEACE FL 32960-3365 * (72) 567-8000 = 1416 567-8000 = 1416 FAX (772) 770-5140 ORI�e+ INVITATION TO BID FORM SPECIFICATIONS FOR: HURRICANE DEBRIS REMOVAL AND DISPOSAL CONTRACT BID NUMBER: 7076 BID OPENING DATE : JULY 13, 2005 AT 2 : 00 PM BID OPENING LOCATION: PURCHASING DIVISION 1840 25M STREET, SUITE N-118 VERO BEACH FL 32960-3365 THE UNDERSIGNTS HEREBY CERTIFY THAT THEY HAVE READ AND UNDERSTAND THE CONTEN'T'S OF THIS SOLICITATION AND AGREE TO FURNISH ALL, LABOR, MATERIALS AND EQUIPMENT AT THE PRICES SHOWNT BELOW SUBJECT TO ALL INSTRUCTIONS, CONDITIONS, SPECIFICATIONS, AND ATTACHMENTS HERETO, FAILURE TO HAVE REAR ALL THE PROVISIONS OF THIS SOLICITATION SHALL NOT BE CAUSE TO ALTER ANY RESULTING CONTRACT OR REQUEST ADDITIONAL , COMPENSATION. EACH UNIT PRICE SHAT L INCLUDE AN AMOUNT CONSIDERED BY CONTRACTOR TO BE ADEQUATE TO COVER CONTRACTOR' S OVERHEAD AND PROFIT FOR EACH SEPARATELY IDENTIFIED ITEM, BIDDERS ARE REQUESTED TO BID ON ALL, ITEMS. Unit Price for Vegetative Debris Collection and Transportation to debris staging area provided by County: nercubic yard (Unit Price Words) Unit Price for Vegetative Debris Coke"" n and Transportation to debris staging area provided by Contractor: ncubic yard $ ��� /CY (Lint Price Words) Invitation to Bid Forim Page 14(a) Addendum No. 7 - Page 3 of 10 Unit Price for Mixed Debris(11 Collection and Transportation to County an 611%k c1Zf �, ` per ton C = , (Unit Price Words) F Unit Price for Construction & demolition Debris (C& 1)(2) Collection and transportation to County T andfill: 5 LA WVi per ton �� ; , 'iily (Unit Price Words) jun Unit Price for Mixed Debris(l) Collection and Transportation to Contractor 's ging Area for transport to Okeechobee Landfill c � � - t < < " r �CA� per cubic v_ and /CY / I . a ? (Unit Price Words) Ate' Unit Price for Construction & demolition Debris (C& D(2) Collection and Transportation to Contractor' s Staging Area for transport to Okeechobee ndfill: C iLt^;r . , � k,,f a. its. r per cubic yard $ lCY / / ( JL ? Unit Price for Transportation of Mixed Debris( ) from Contractor' s Staging Area to Okeechobee Landfill (cost associated with landfill disposal fees will be a pass-through cost, with the Contractor invoicing the County at actual cost, without any additional fees): n . - .✓n Tv T 1 L� , per ton TN (Unit Price Words) AaF Unit Price for Transportation of Construction & Demolition Debris (C&D(') from Contractor' s Staging Area to Okeechobee Landfill (cost associated with landfill disposal fees will be a pass-through cost, with the Contractor invoicing the County at actual cost, without any additional fees): r r,,� per ton p (Unit Price Words) 11� ( 1 ) Nixed Debris is primarily vegetation with building debris such as roofing, siding insulation, dry wall, signage and other light construction debris. (2) C&D includes but is not limited to builaing debris such as roofing, siding, insulation, ary wall, signage, plywood, lumberfencing and other miscellaneous construction debris. Invitation to Did Form Page 4(b) Addendum Ne. 7 - Page 4 of 10 Unit Price for Vegetative Waste Consolidation (regrinding & chipping) at County or Contractor's site: j �'percubic yard S /CY . 0 (Unit Price Words) a-Ile Unit Price for Hauling Mulch from County or Contractor' s site to a State Approved Diosal Site provided by Contractor: i.-Y°.b t r L ,, Der cubic yard .� "'/C r (Unit Price Words) 6 Unit Price for Providing Air Curtain, and Burning Vegetative Debris at County or Contractor' s site: �1t� G- w Der cubic yard S _- �k /CY �r L/ (Unit Price Words) Unit Price for Cutting Down, Removing and Disposing Hanging Limbs in Right-of- Was': j I ( c.�� r, �cr ( j"per cubic yard $ 9��'s /CY ' (TJnt Price Words) � Unit Price for Excavation, Removal, and Disposal of Stumps in Right-of-Way: per cubic yard S,`, /CY �, (Lint Price Words) rU a o� Hazardous Waste Removal, Transport, and Disposal: ;� c �.✓ n v. vr- 4 ? lc 5 p , jj gal. barrel S /barrel g (Lint Price Words) Bio-hazardous Waste Removal, Transport, and Disposal: z lfi f Dec pound " /LB (Unit Price Words) 21 odAV Dead Animal Collection, Transports and Disposal: Der pound $ � /LB (UMI Price words) 3, O J7 D� Invitation to Bid Form Page 14(c) Addendum No. I - Page ` o f IO z 7, / 31 /2007 16 : 07 1651 - 644 -9137 Lee F Murphy Insurance LelHarvey - Lu.Anne Marino 2/3 QCl CERTIFICATE OF LIABILITY INSURANCE 07/31DATE (M1 2007 /2007 PRODUCER (651) 644- 7200 FAX (651) 644- 9137 THIS CERTIFICATE IS ISSUED ASAMATTER OF INFORMATION I Lee F . Murphy , Inc . ONLYAND CONFERS NO RIGHTS UPON THE CERTIFICATE 2515 Wabash Ave . # 300 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. St . Paul , MN 55114- 2000 ' INSURERS AFFORDING COVERAGE NAIC # INSURED ' IrcuFE= A. Am Internat ' l Specialty Lines Is . Co . (BL' Ceres Environmental Services , Inc . ETAL I ,3LIRERE. Commerce and Industry Insurance co . (BISA' 3825 85th Avenue North , Suite # 101 1 '.r, FEP : Hanover Insurance Company Brooklyn Park , MN 55443 C F THE POLICIES O% INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, T=RM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INBR AOD'L POLICY EFFECTIVE POLICY EXP�iATION L NS TYPE OF INSURANCE POLICY NUMBER A M!D LIMITS GENERAL LIABILIr PROP 7076886 06/03/2007 06/03/2008 EACH , rCr-FLL IGE 'a 2 , 000 000 X ' . MnEF IAL ,E^I F w E'_r�- MA TZF FIL L' g 100 , 000 t IM wHGE TV -t UF' IAEL E . ' (Ary o=acn; x 101000 A iX Incl . Poll / Prof PER_CNAL "- n[ V INJJ+Y s 2 000 , 000 X Claims Made Elew:.L asr_RE.HTE F 2 , 000 , 000 XX Fp,FE A'E Lf'FLI 'T CU.rg . 0 MF"F 3 4 =.. LL FF2 , 000 , OOQ JE,_T IF LD : AUTOMOBILE LIABILITY CA 7D76888 06/03/2007 '' 06 03 2008 / / '=NEVETAIlJI___ LIIAT Ari LIJT:J � � !Ea 2toOa,N1 � 1 , 000 , 000 ALL 10, JELL A, IT, 3 5CDMJVIH.LFN 8 BPHEE41 .1 T,, IRED PHYSICAL DAMAGE ,mer Fers�rl L'_ FIE, IT -, . ACV - I E l : I(IJJRf X� r T IA .Tr� (EDU TIBLE $ 1 , 000 / 1 , 000 P a �Iaan:I -FSJPER- DAI1wsE { i°'er acGtlml; GARAGE LIABILITY � ALRG Lf1T . =< m_'._GEIvT $ Mb 4_ITn OTTE4.,r,0 EAAGG K 4G} b EXCESSNMSRELLALIABILRY PROM 7076887 06/03/2007 06/03/2008 E,:rH ic ,=PRP=NrE 10 , 000 000 C -LW LL. Ptd4DE III----II A� :R�oATE 8 lO , OOO , OOO AI R 'T FE7-NT.-.r: 109001 1 WORKERS COMPENSATION AND WC 342- 36 - 97 12/08/2006 12/08/2007 'T ' EMPLOYERS' LIABILITY T MA Ek g All PPI-FRET F FnIE +E'FeLmv_ i EL HAS CILI 1 a 1 , 000 000 R TELE L I_ED ' L G ASE - E h4LQYEE > 1 , QQQ ; UO FE I Iorv; E DI.[SEA 3E , LI 't UMC 1 000 , DQ OTHER RHC 8406400- 00 08/18/2006 08/18/2007 $8 , 1311126 . (Contractors Scheduled C ((Equipment Coverage LENSED/RENTED EQUIPMENT 06/01/2007 , 08/18/2007 Deductible $ 1 , 000 . _IMI# $ 500 , 000/DED $ 1 . 000 DESCRIPTION OF OPERATIONS I LOCATIONS (VEHICLES ( EXCLUSIONS ADOEU SY ENDORSEMENT I SPECIAL PROVISIONS ndian River County is listed as Additional Insured under the General Liability Pol . #PROP 7076886 Lwith regards to : Indian River County Public Works Renewal , Hurricane Debris Removal and Visposal Contract . CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENOEAVORTOMAIL 30 DAYS WRITTEN NOTIC E TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Indian River County Public Works S UP FAILURE TO MAIL SUCH N OTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 1840 25th Street OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES, Vero Beach , FL 32960 AUTHOBaED REPRESENTATVE Rodney Skr ek/LAH 0) 6 ( ro�- ACORD 25 (2001108) ©ACORD CORPORATION 1988