HomeMy WebLinkAbout2005-006AGREEMENT
INDIAN RIVER COUNTY, FLORIDA
POST HURRICANES FRANCES AND JEANNE EMERGENCY DUNE RESTORATION
PROJECT
/-4_a<-
/I C, i.
t5 ^ 00(p
THIS AGREEMENT made and entered into on the 7fil, day of I,,. A, , _ _ 200X, by
and between Henry Fischer & Sons, Inc. - 10729 US Rt, # 1 Seian, FL 958
(Name and Address)
herein after called the CONTRACTOR, and INDIAN RIVER COUNTY, a Political Subdivision
of the State of Florida organized and existing under the Laws of the State of Florida, hereinafter
called the COUNTY, or OWNER.
WITNESSETH :
That the CONTRACTOR and the COUNTY, for the consideration hereinafter named, agree as
follows:
Article 1. SCOPE OF WORK: The CONTRACTOR shall furnish all of the materials and
perform all the work shown on the Drawings and described in the Specifications
entitled:
INDIAN RIVER COUNTY POST HURRICANES FRANCES AND JEANNE
EMERGENCY DUNE RESTORATION PROJECT
for Indian River County, Florida and shall do everything required by this Agreement
and Contract Documents. Payment shall be made in accordance with the Itemized Bid
Schedule attached as Exhibit "A" and made a part of this agreement.
Article 2. COMMENCEMENT AND COMPLETION & LIQUIDATED DAMAGES: As time
is of the essence, the Contractor will be required to commence work under this
contract within ten (10) calendar days after receipt of the notice -to -proceed and shall
complete the project by March 1, 2005 as specified in the Supplementary Conditions,
Paragraph I. The CONTRACTOR agrees to reimburse Indian River County, Florida
for liquidated damages for each calendar day elapsing between the date herein
specified as the day of full completion and the actual day of such completion of the
Contract work the amount of $2,000.00 per calendar day in accordance with the
schedule of damages listed in Article 8-10.2 of Florida Department of Transportation
Standard Specifications for Road and Bridge Construction, 2002 edition. Liquidated
damages are hereby fixed and agreed upon between the parties, recognizing the
impossibility of precisely ascertaining the amount of damages that will be sustained
by OWNER as a consequence of such delay, and both parties desiring to obviate any
question or dispute concerning the amount of such damages and the cost and effect of
the failure of CONTRACTOR to complete the Contract on time. The above -stated
liquidated damages shall apply separately to each portion of the Project for which a
time for completion is given. The CONTRACTOR and OWNER agree that OWNER
is authorized to deduct all or any portion of the above -stated liquidated damages from
the monies due to CONTRACTOR for the Work under this Contract as the OWNER
deems just and reasonable. In addition to the above -stated liquidated damages, the
AGREEMENT A-1
CONTRACTOR shall be responsible for reimbursing OWNER for all costs incurred
by OWNER to third party consultants including, without limiting the generality of the
foregoing, any ENGINEER in administering the construction of the Project beyond
the Substantial Completion date as specified in the Contract or beyond an approved
extension of time granted to CONTRACTOR, whichever date is later.
Article 3. THE CONTRACT SUM: The COUNTY will pay the CONTRACTOR for
performance of the Contract, subject to additions and deductions provided therein, in
current funds as follows:
Numerical Amount $ 1,939,545.00
Written Amount One Million Nine Hundred Thirty Nine Thousand Five
Hundred Forty Five Dollars and No Cents
Article 4. PAYMENT AND RETAINAGE: Progress payments on the Contract amount for the
value of work completed and component material on site will be made upon request
at not less than monthly intervals. The request must be made to the OWNER on an
approved form showing the component breakdown of the work for each item
completed at the time of the request. Ten percent (10%) of all amounts earned will be
retained by the COUNTY until final completion and acceptance of the Contact.
CONTRACTOR shall allow adequate processing time for County Commission final
acceptance and approval for fmal payment. The CONTRACTOR shall make the
following certification (Affidavit) on each Request for Payment: "I hereby certify
that the labor and materials listed on this Request for Payment have been used in the
construction of this Work and payment received from the last request for payment has
been used to make payments to all subcontractors, laborers, material, men and
suppliers except as listed below:
9,
Notice of Non -Payment. If one or more "Notice of Non -Payment" or "Notice to
OWNER" is received by the OWNER, no further payments will be approved until
non-payment(s) have been satisfied and a "Lien Waiver" for each "Notice" has been
submitted to the OWNER. Upon request, CONTRACTOR shall furnish acceptable
evidence that all such claims have been satisfied. The CONTRACTOR may, with
consent of Surety and indemnification of the COUNTY against any claims, receive
payment for work for which there is an outstanding Notice of Non -Payment or Notice
to OWNER.
Article 5. ACCEPTANCE AND FINAL PAYMENT: Upon receipt of written notice that the
work is ready for final inspection and acceptance, the OWNER and ENGINEER will
promptly make such inspection and when the OWNER and 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, over the OWNER's
signature, stating that the work provided for in this Contract has been 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.
AGREEMENT A-2
Before issuance of a final completion certificate, the contractor shall submit evidence
satisfactory to the COUNTY that all payrolls, material bills, and other indebtedness
connected with the work have been paid. An affidavit must be submitted by the
CONTRACTOR to the OWNER stating that all indebtedness connected with the
work has been paid. Such affidavit will be signed by a duly authorized officer of the
contractor, will bear the firm's seal, and will be notarized and attested by two
witnesses. A Waiver -of -Lien form signed by a duly authorized officer of all Subcon-
tractors, notarized and attested by two witnesses is required from each Subcontractor
engaged under the scope of this Contract, and must accompany the request for final
payment.
Acceptance of Final Payment as Release. The acceptance by the CONTRACTOR of
fmal 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 this Work and for every act and neglect of the OWNER and others
relating to or arising out of this Work. Any payment, however, fmal or otherwise,
shall not release the CONTRACTOR or his/her sureties from any obligations under
the Contract Documents or the Payment and Performance Bonds.
Article 6. INDEMNIFICATION: CONTRACTOR agrees to indemnify and hold harmless the
OWNER, together with its agents, 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 intentionally
wrongful conduct of the CONTRACTOR and persons employed or utilized by the
CONTRACTOR in the performance of this Contract. This indemnification and hold
harmless provision shall survive the termination or expiration of this Contract.
Article 7. PUBLIC CONSTRUCTION PAYMENT AND PERFORMANCE BOND: The
CONTRACTOR shall furnish the COUNTY immediately upon execution of this
Contract a Performance Bond in an amount equal to 125% of the contract price and a
Payment Bond in an amount equal to 100% of the contract price, conditioned upon
the performance of this Contract by the CONTRACTOR in accordance with the terms
and conditions hereof, within the time herein provided, and with the additional
obligation that such CONTRACTOR shall promptly make payments to all persons
supplying him labor, materials and supplies, used directly or indirectly by the said
CONTRACTOR in the prosecution of the work provided for in this Contract. The
Surety shall be authorized to issue surety bonds in Florida and be included in the most
recent United States Department of Treasury List of Acceptable Sureties. Bidder
shall require the attorney-in-fact, who executed the Payment Bond and the
Performance Bond, to affix to each a current certified copy of their Power of
Attorney, reflecting such person's authority as Power of Attorney in the State of
Florida. Further, at the time of execution of the Contract, the successful Bidder shall
provide a copy of the Surety's current valid Certificate of Authority issued by the
United States Department of the Treasury under 31 United States Code sections 9304-
9308. Each of the Payment Bond and Performance Bond shall be submitted in the
forms furnished herewith
AGREEMENT A-3
The CONTRACTOR shall provide two separate bonds; a combined Payment and
Performance Bond for 125% of the contract price is not an acceptable substitute.
Article 8. REMEDIES AND CHOICE OF LAW:
This Agreement shall be governed by the laws of the State of Florida. Any legal actions
instituted under this Agreement that are justiciable in state court shall be instituted in
Indian River County. Any legal actions instituted under this Agreement that are
justiciable in federal court shall be instituted in the Southern District of Florida. No
remedy herein conferred upon any party is intended to be exclusive of any other remedy
and each and every such remedy shall be cumulative and shall be in addition to every
such remedy given hereunder or now or hereafter existing at law or in equity or by
statute or otherwise. No single or partial exercise by any party or any right, power, or
remedy hereunder shall preclude any other or further exercise thereof.
Article 9. GENERAL PROVISIONS
9.1 . Independent Contractor. The parties expressly recognize that the relationship
between the COUNTY and CONTRACTOR is that of OWNER and independent
contractor, and that neither the CONTRACTOR nor any of his servants, agents, or
employees shall ever be considered to be an agent, servant or employee of the
COUNTY.
9.2. Pledge of Credit. The CONTRACTOR shall not pledge the COUNTY'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.
9.3. 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.
9.4. Public Records. The COUNTY and the CONTRACTOR shall comply with the
provisions of Chapter 119, Florida Statutes (Public Records Law) in connection with
this Agreement.
9.5. Notices. All notices, requests, demands, approvals, consents, and other
communications required or permitted under this Agreement shall be in writing and
shall be (as elected by the person giving such notice) hand delivered by messenger;
delivered by commercial overnight courier service; sent by facsimile/telecopier; or
mailed by registered or certified mail (postage prepaid) return receipt requested and
addressed to:
As to COUNTY: Jonathan Gorham, Ph.D.
Department: Indian River County Public Works Dept.
Address: 1840 25th Street
Vero Beach, FL 32960
AGREEMENT A-4
With a required copy to: Mr. James Gray, Jr.
(address as above)
As to CONTRACTOR:
/717-/Z.-4
Fischer & SODS, L_L_C_
or to such other address as any party may designate by notice complying with the
terms of this Section. Each such notice shall be deemed delivered and effective on
the date of hand delivery, or on the second day after the date of deposit of notice with
an overnight courier service, or on the date upon which the return receipt is signed or
delivery is refused or the notice is designated by the postal authorities as not
deliverable, as the case may be, if mailed.
IN WITNESS WHEREOF, the parties hereto have executed this agreement the day and year first
written above.
Signedg�and sealed by the
lC�RACT in the presence
Ycs
Ned -
17).0
INDIAN RIVER COUNTY
(OWNER)
Vittclitx)RPNTextlwrgm Chairman
Thomas S. Lowther
(Seal)
APPROVED
Aillb
1.. _.�.�....,
• seph A Baird, County Administrator
APPROVED AS TO FORM
AND L JAL SUFFICIE CY
is . Collins
rney
Attest
o ;:y ,, Doris]. Grant
; '•
MY COMMISSION # DD101489 EXPIRES
May 1, 2006
Attest
foe. : Jeffrey'I Barco.
BONDED THRU TRQYkAIN IASIiRAtE, INC
t
,l�i. rv✓
117144
AGREEMENT A-5
•18 2004 2:39PM HP LASERJET 3330
7725899813 p.l
ornimmod,
INDIAN RIVER COUNTY
POST HURRICANES FRANCES AND JEANNE EMERGENCY
DUNE RESTORATION PROJECT
COUNTY PROJECT # 0451
BID # 7034
BID FORM
t. (GNAT cOST5 NNE Pte► Nk)PIF1ED ro
EGALMULI40
Description
ONtN 1Nb 101111.
tUnit Cost
15u) ►HsUit
Quantity
livN
Total
Item
No.
Project Items
1.
Mobilization/Demobilization
LS
68, 650.00
2.
North Project Area
Sites ]-]2
Provide Fill
Deliver Fill
Grade Fill
7071}L. T
9, 74 /Ton
3.90 /Ton
5.40iTon
19.04
36,225 Tons
689,724.00
3.
Central Project Area
Sites 13-25
Provide Fill
Deliver Fill
Grade Fill
TOTAL
9.74 /Ton
5.10 /Ton
5.40/Ton
20.24
40,500 Tons
819,720.00
4.
South Project Area
Sites 26-35
Provide Fill
Deliver Fill
Grade Fill
TOTAL
9.74 /Ton
6.00/Ton
5.40rron
21.14
15,615 Tons
330,101.00
5.
Site Restoration
LS
31, 350.00
TOTAL BID
$1,939,545.
Name of Bidder:
President
Title:
12/15/04
Date:
EXHI1
" i "B D PROPOSAL
-
/44-7
r?PCIveD 010(04
BB -1