Loading...
HomeMy WebLinkAbout2016-129L Agreement THIS AGREEMENT is by and between INDIAN RIVER COUNTY, a Political Subdivision of the State of Florida organized and existing under the Laws of the State of Florida, (hereinafter called OWNER) and Precision Contracting Services, Inc. (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth,agree as follows: ARTICLE 1-WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: Furnish and install upgrades the existing security camera systems at its three Wastewater Treatment Facilities(WWTFs)and the Utilities Operations Center. ARTICLE 2-THE PROJECT The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Project Name- Security System Camera Upgrade Bid Number: 2016049 Project Addresses: Central Regional WWTF West Regional WWTF South Regional WWTF 3550 491h Street 84058 1h Street 25006 th Avenue Vero Beach, FL Vero Beach, FL Vero Beach, FL Awarded items per the bid are attached as Appendix A. ARTICLE 3-CONTRACT TIMES 3.01 Time of the Essence A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the specifications are of the essence of the Agreement. 3.02 Days to Achieve Substantial Completion, Final Completion and Final Payment A. The Work will be completed and ready for final payment on or before the 45th day after the date when the Contract Times commence to run. ARTICLE 4-CONTRACT PRICE 4.01 OWNER shall pay CONTRACTOR for completion of the Work an amount in current funds equal to the sum of the amounts determined pursuant to paragraph 4.01.A and summarized in paragraph 4.01.6, below: Page 1 of 6 A. For all Work,at the prices stated in CONTRACTOR's Bid,attached hereto as an exhibit. B. THE CONTRACT SUM subject to additions and deductions provided in the Contract Documents: Numerical Amount:$45.980.00 Written Amount: Forty five thousand, nine hundred eijzhty thousand dollars and zero cents ARTICLE 5-PAYMENT PROCEDURES 5.01 Method of Payment Owner shall make only one payment for the entire amount of the contract when the work has been completed. Upon a determination of satisfactory completion,the COUNTY Project Manager will authorize payment to be made. All payments for services shall be made to the CONTRACTOR by the COUNTY in accordance with the Local Government Prompt Payment Act, as may be amended from time to time (Section 218.70, Florida Statutes, et seq.). 5.02 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 Agreement 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 this Agreement, the Invitation to Bid or the Public Construction Bond. ARTICLE 6-INDEMNIFICATION 6.01 CONTRACTOR shall indemnify and hold harmless the OWNER, and its officers and employees, 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. ARTICLE 7-CONTRACTOR'S REPRESENTATIONS 7.01 In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: A. CONTRACTOR has examined and carefully studied the Contract Documents and the other related data identified in the Invitation to Bid documents. B. CONTRACTOR has visited the Site and become familiar with and is satisfied as to the general,local,and Site conditions that may affect cost, progress,and performance of the Work. Page 2 of 6 C. CONTRACTOR is familiar with and is satisfied as to all federal,state,and local Laws and Regulations that may affect cost, progress,and performance of the Work. D. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies, and 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 any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by CONTRACTOR,including applying the specific means,methods,techniques,sequences,and procedures of construction, if any, expressly required by the Contract Documents to be employed by CONTRACTOR,and safety precautions and programs incident thereto. E. CONTRACTOR does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times,and in accordance with the other terms and conditions of the Contract Documents. F. CONTRACTOR 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 Contract Documents. G. CONTRACTOR has correlated the information known to CONTRACTOR, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. H. CONTRACTOR has given OWNER written notice of all conflicts,errors,ambiguities,or discrepancies that CONTRACTOR has discovered in the Contract Documents, and the written resolution thereof by OWNER is acceptable to CONTRACTOR. I. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 8-CONTRACT DOCUMENTS 8.01 Contents A. The Contract Documents consist of the following: 1. This Agreement(pages 1 to 6, inclusive); 2. Notice to Proceed 3. Certificates of Liability Insurance 3. Invitation to Bid 2016029 4. Addenda (numbers 1 to 2, inclusive); 5. CONTRACTOR'S Bid Form (pages 10 to 13 of 28, inclusive); Page 3 of 6 6. Bid Bond (pages 1-2 inclusive); % 7. Bidders Questionnaire(page 14 to 15 of 28, inclusive); 8. Affidavit of Compliance (page 16 of 28); 9. Sworn Statement Under Section 105.08, Indian River County Code, on Disclosure of Relationships (pages 17 to 18 of 28, inclusive); 10. Warranty Information Form (page 19 of 28); 11. Drug Free Workplace Certification (page 20 of 28); 12. The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto: a) Written Amendments; b) Work Change Directives; c) Change Order(s). ARTICLE 9-MISCELLANEOUS 9.01 Terms A. Terms used in this Agreement will have the meanings indicated in the Invitation to Bid. 9.02 Assignment of Contract A. No assignment by a party hereto of any rights under or interests in the Agreement will be binding on another parry hereto without the written consent of the party sought to be bound;and,specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 9.03 Successors and Assigns A. OWNER and CONTRACTOR each binds itself,its partners,successors,assigns,and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants,agreements,and obligations contained in the Contract Documents. 9.04 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken,and all remaining provisions shall continue to be valid and binding Page 4 of 6 upon OWNER and CONTRACTOR,who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 9.05 Venue A. 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 a federal jurisdiction,in the United States District Court for the Southern District of Florida. 9.06 Public Records Compliance 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@ircgov.com Indian River County Office of the County Attorney 180127th Street Vero Beach, FL 32960 Page 5 of 6 C. Failure of the Contractor to comply with these requirements shall be a material breach of this Agreement. IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in duplicate. One counterpart each has been delivered to OWNER and CONTRACTOR. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or on their behalf. This Agreement will be effective on August 16 . 20 16 (the date the Agreement is approved by the Indian River County Board of County Commissioners,which is the Effective Date of the Agreement). OWNER: CONTRACTOR: INDIAN RIVER COUNTY tyey) CSI IY�IGLI�"�[AG''; By: B Solari Chair ;�� '• �Wa '� d c+ ` ' o!tractor) `H •y; By: •�, ;S; (CORPORATE L) " ��►_ ' Jason . Bro n,County Administrator :* C§ APPROVED AS TO FORM AND LEGAgvfi►VEa00��•' By: ylan Reingold,County Attorney Address for giv' g notices: r' E Jeffrey R.Smith,Clerk of urt and Comptr ler �`� License No. (oDD �Ty Attest: C - (Where applicable) Deputy Cler c � (SEAL) Agent for service of process: —FU Designated Representative: Name: Bob Solari Designatfd_Represgntative,- Title: Chairman Name: Address:1801 27th St. , Vero Beach, FL Title: -P Phone 772 226 1438 Address: Email bsolari@ircgov.can � n� 0 V. G9l Phone: Email: !() r _t ./`('_(/1�l� (If CONTRACTOR is a corporation or a partnership, attach evidence of authority to sign.) Page 6 of 6 Indian River County Water Utility Department Security Camera System Improvement Proied Operations Center ttem Unit Bid Total Bid Number OP Center IRC Spedfication Qwntfty UM Price Price 01 NVR Suver r--Vuiun 9e-NP504-16A 0 EA $2,595.00 $0.001 72-AR121001 0 EA $695.00 50.00 72-HDSTB-001 0 EA 5695.00 02 KERS Software Configurad KERI 0 EA $975.00 $0.001 03 labor Elenronk Technician/Programming labor rate 1 0 HR $0.00 50.001 Suitably trained and nedenwled labor to install electronic equipment and W perform Programming dunes and functnns,inckding sroubleshooting and warranty work 04 labor Cable Installer labor rate 1 0 HR $000 $0.001 Suwbty trained and aedendaled labor to install table and terminate cable OS labor Dun Installer 1, rate 0 HR 50.00 $0.00 ww mined and nedenwled labor to Install dun and cormun 06 Miscellaneous[osis Mat Addubnal Materials,Wiring,Hber,And Conduit(F&I)L,t line nems seperately as necessary: Item Pl: 4-0--- LSRs $0.00 nem 42: LS 50.00 nem A3: Is $0.00 nem ea. LS 50.00 Re. es: 1s 50.00 07 Mistellaneous costs-Eln Additional Electronic(F&I)list fine Items seperately as necessary: Item al: 0 LS $0.00 50.00 Item 42: 0 is $0.00 50.00 ttem R3: 0 LS 50.00 50.00 I Sub-total for Main Server Location I 5000 Central WWTP Location nem unit Bid Total Bid Number Central ViWT Plant IRC tfication QwnY UM Price Prim 01 NVR Server CxoViion 94-NP5D4-16A 1 EA $2,595.00 52,595.00 72-AR121001 0 EA $695.00 71-HDSTB-001 I EA $695.00 $695.00 OI Outd-Camera GeoV,ion ' GV-BL3700 a EA FS1,495,001 511,960.00 03 IISsntthes GeoYnion GV-POE0811 2 EA 5545.00 SI,09 m 04 SIP Modules C--Vnbn GV-LCa EA $50.00 S200M 05 labor Electronic Technician/Programming Labor tate 0 HR $0.00 50.001 Suwbly Mined and credentialed labor to install elemonic equipment ane no pedo on programming duties and functions,inckding troubleshooting and warranty work O6 Labor Cable Installer labor me 0 HR 1 $0.00 SO.00I Suwbly trained and credentialed labor to install table and terminate table 07 labor Dun lnsta0er labor rate 0 HR $0.00 $0.004 Saw trained and credentaled labor to install dun and[»mint 08 Miscellaneous costs Additional Matewls,W'ng,And Conduit(F&I) _ Item e1' 0 LS 50.00 $0.00 Item R2: 0 LS $0.00 $O.Oo nem 93: 0 LS $0.00 $0.00 Item Ad: 0 LS $0.00 So.00 Ism A5: o LS 50.00 $0.00 I Sub-total for Central WWTP Lo don I $16,56000 West WWTP Location ttem Unit Bid Total Bid Number WEST WWT Plant IRC Niodon Qwnti UM Rice Prim 01 NVR Saver G-Virion 94411`504-16A 1EA r$27595.00 52,595.00 72-AR121001 0 EA $695.00 $0.00 72-HDBTB-001 1 EA $695.00 5695.00 02 Outdoor Cameras Geulfoion GV-BL370D 7 EA $1,495.00 510,465.00 03 12 Switches G-lr*ion GV-POEOSI1 2 EA f 5545.00 $1,090.00 03 L2 Switches G-V-1ion tin-POE1611 I EA r $745.00 $745.00 04 SIP Modules r--Vobn GV-LC 6 EA $50.00 5300.00 05 labor Elenronk Tedmkin/Programming labor rate 0 HR $50.00 $0.00 smab trained and credentialed labor to insrall eletvo vc equipment and to perform programming conies and functions,inchding troubleshooting and warranty work 06 Labor Cable Installer labor rate L 0 j HR $000 $oOD Suwbby mined and credenwled labs to install table and terminate table 07 labor Drrct Imta0er labor me 0 HR $0.00 $0.00 Su mined and credentialed labor to install dun and conduit 01 Miscellaneous cos, Additional Matewls,Wring,And Conduit(F&I) Item A1: M '' $0.00 $0.00 nem 92: LS 50.00 50.00 nem A3: LS $0.00 $0.00 nem a4: LS $0.00 $000 ttem R5: LS $0.00 $0.00 I Sub-total for Central WWTP lnntio 1 $15,890.00 Appendix A 1/2 South WWTP location Item Unit Bid Total Bid Number South WWTDWm ' IRC kation qua UM Drive Drive OS NVR Server G-111ion 94-01P504-16A 1 EA r$2.595001 $2.595.00 72-AR121001 0 EA $645.00 So.00 72-HDBTB-001 1 EARN $695.00 02 Outdoor Cameras 6eoV6ion GV-BL3700 6 EA $1,495.00 $8,970.00 t 03 L2 S-1,1- (e-Vnwn GV-POE0811 2 EA E$545.00 $1,090.001 1 04 SFP Modules Geollis— GV{C 4 EA 550.00 $200.001 OS labor 111-Ink Terdmclan/Programming labor rate 0 HR $0.00 $0.001 Suitably tramed and aedentialed labor to install electronic equipment and to perform programming duties and functions,including troubleshooung and warranty work 06 Labor Cable Installer labor me 0 HP $000 $0.001 Sunablygained and aedentialed labor to untag table and terminate table ' 07 labor Du tt lmtalerlaborrate 0 j HR $0.00 $0.001 suitably trained and aedendaled labor to bntag dud and conduit 08 Miscellaneous costs Addnional Materials,V irm,And Conduit(FLI) nem al: o LS $0.00 $0.00 nem a2: 0 LS $0.00 $0.00 nem a3: o LSM $000 nem a4: 0 LS So.00 $0.00 Item a5: O LS 50.00 I Sub-total for Central W WTP Incauon 1 $13,550.00 Maintenance Services This Item is not included in the Project Total tL� Item Unit Bid Total Bid Number Description IRC Specification Quantity UM Price Drize Ol Additional Maintenance GeoVision 1 LS so-OO sono lnd ate length of imbal warranly on the equipment listed above Lot any additional maintenance provided for hardware indicated above ( 02 Annual Maintenance(aft(GeoVision 1 LS 1 $0.001 $000 03 Lxersse pack for 3r6 Parry GeoV'nion GV-VMS-02 1Ls $000 50.00 GV-VMS-04 1 Ls $0.00 $000 GV-VMS-06 1 LS $0.00 $0.00 GV-yMiOg 1LS 50.00 $000 GV Ms IO 1 LS 60.00 $O.DD GV VMS-12 1 LS $0.00 5000 GV-VMS-16 I L5 $0.00 $ODD I Sub-total for Maintenancii Services I SO.DD Engineering Services _ This Item is mt i(uluded in the Project Total L1�— ttem Unit aid Total Bid Number 0-'ipdon IRC Specification Quantity UM Price Price 1 0l Engmeering Strand Mapp Engineered Drawings of ALL communcations cables 1 LS I $0.00 50.00 1 02 Engineering ROW Design Design Drawings of ALL commun—tions routes 1 LS so.oO $0.00 1 03 Engineering Vedroniu A AsWin Drawings of ALL equipment lotatfons 1 is s0.o0 $0.00 1 04 Engineering GPS(of Equi;GPS lotaat n indicated on drawings listed above 1 LS $0.00 50.00 I Sb-=l for Engineering Ser-es I $0.00 Grand Totals $45,980.00 Appendix A 2/2 I 1