HomeMy WebLinkAbout2021-110Agreement
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 Sandhill
Environmental Services, LLC (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:
Installation of native vegetation at the Oslo Riverfront Conservation Area
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: Oslo Riverfront Conservation Area Revegetation
Bid Number: 2021048
Project Address: 175 91" Street SE, Vero Beach, FL 32960
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 90th 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
4.01.13, below:
A. For all Work, at the prices stated in CONTRACTOR's Bid, attached hereto as Exhibit 1.
B. THE CONTRACT SUM subject to additions and deductions provided in the Contract Documents:
Numerical Amount: $ 39,196.30
Written Amount: Thirty nine thousand one hundred ninety six dollars and thirty cents
Agna-E5 - PAYMENT PROCEDURES
5.01 Method of Payment
A Owner shall make payment for the amount of the contract, less retainage, when the work has
been completed. Upon a determination of satisfactory completion, the OOUNTYR-oject 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 (Ssction 218.70, Rorida;tatutes, et seq.). The ONNERshall retain five
percent (5%) of the payment amount due to CONTRACTOR until the end of the 90 -day warranty
period.
5.02 Acceptance of Final Payment as Pelease.
A The acceptance by the CONTRACTOR of final payment shall be and shall operate as a release to
the GNNEZ from all claims and all liability to the CONTRACTOR other than claims in stated
amounts as may be specifically excepted by the OONTRACTORfor all things done or furnished in
connection with the work under this Agreement and for every act and neglect of the ONNEZand
others relating to or arising out of the work Any payment, however, final or otherwise, shall not
release the OONTPACfORor its sureties from any obligations under thisAgreement, the Invitation
to Bid or the Public Construction Bond.
ARTICLE6 - INDEVI NIRCATION
6.01 OONTPACTORshall indemnify and hold harmlessthe OWNB� and itsofficersand 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 OONTRACTORin the performance of the
Work
ARTICLE7 - CONTRACTOR'S REPRESENTATIONS
7.01 In order to induce OVVNEtto enter into thisAgreement 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. CONTRACfORhas visited the Ste and become familiar with and is satisfied asto the general, local,
and Ste conditionsthat may affect cost, progress, and performance of the Work.
C CONTRAC C)Risfamiliar 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. OONTRAC C)Rhas 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
Ste 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
OONTRACTOR, 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 OONTRACTORdoes 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 01VNE 2 and others at
the Ste 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 Ste, reports and drawings identified in the Contract
Documents, and all additional examinations, investigations, explorations, tests, studies, and data
with the Contract Documents
H. OONTRACTORhasgiven CWNERwritten notice of all conflicts, errors, ambiguities, or discrepancies
that CONTRACTOR has discovered in the Contract Documents, and the written resolution thereof
by CWNERis acceptable to CONTRACTOR
I. The Contract Documents are generally sufficient to indicate and convey understanding of all terms
and conditionsfor performance and furnishing of the Work
d 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, FSS Contractor is also responsible
for obtaining proof of E -Verify registration and utilization for all subcontractors.
ARTICLE 8 - CONTRACT DOCUM BNTS
8.01 Contents
A The Contract Documents consist of thefollowing:
(1) ThisAgreement;
(2) Notice to Proceed;
(3) 0: rtificate(s) of Liability Insurance;
(4) Invitation to Rd 2021048;
(5) Addendum 1;
(6) CONTRACTOR'S Bid Form;
(7) Bid Bond;
(8) Qualifications Questionnaire;
(9) Drug Free Workplace Form;
(10)Affidavit of Compliance;
(11) SNorn Statement Under Stiction 105.08, Indian Rver County Code, on Dsdosure of
Relationships;
(12) Certification Regarding Prohibition Against Contracting with 8xutinized Companies;
(13) Cart ificat ion Fbgarding Lobbying;
(14) 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).
ARiICLE9 - MISCH1AN6DUS
9.01 Terms
A Terms used in thisAgreement will have the meanings indicated in the Invitation to Rd.
9.02 Assignment of Cbntract
A No assignment by a party hereto of any rights under or interests in the Agreement will be binding
on another party 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 Src cessors and Assigns
A OANER and OONTRACTOR 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 95verability
A Any provision or part of the Contract Documents held to be void or unenforceable under any Law
or Fegulation shall be deemed stricken, and all remaining provisionsshall continue to be valid and
binding upon OWNER and OCNTRAC,TOR who agree that the Contract Documents shall be
reformed to replace such stricken provision or part thereof with a valid and enforceable provision
that comesas dose 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 Rver County, Rorida, or, in the event of a federal jurisdiction, in the United Elates District
Court for the Southern District of Florida.
9.06 Riblic fbcords Cbmiolianc e
A Indian Rver County is a public agency subject to Clhapter 119, Florida Statutes. The Contractor
shall comply with Rorida's Public Fecords 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 disdosed 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 disdosure 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 FL -cords, in a format that is
compatible with the information technology systems of the County.
B. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPUM ION OF
CHAPTER 119, FLORIDA STATUTEA TO THE CONTRACTORS DUTY TO
PROVIDE PUBLJC RAS RRAIING TO THIS CONTRACT, CONTACT THE
CUSTODIAN OF PUBLIC REMRDSAT-
(772) 226-1424
pu bl i crecordsAi rmov. corn
Indian River County Office of the County Attorney
1801 27th Street
Vero Beach, R-32960
C Failure of the Contractor to comply with these requirements shall be a material breach of this
Agreement.
IN WT ESS WHBECF, OWNER and OCNTRACTOR 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 C7NINBRand CCNTRACTORor on their behalf.
ThisAgreement will be effective on August 17 , 2021 (the date the Agreement is approved
by the Indian Rver County Board of County Commissioners, which is the Effective Date of the Agreement).
INDIAN RVEROOJNTY Sandhill Environmental Service,LLC
z�*� '•fit
By:
Jo E Resch an (Contractor)
By: .. concis .' (CCRaCRAT=-q L
J3wn B Ad
n, County ministrator
APPROVEOASTJFORMAND LFGoLsimaE cy.
By:
Dylan Peingold, County Attorney
Jeffrey R Smith, aerk of Court and Comptroller
Attest: " "A
Deputy aerk
Designated Representative:
Name: Wendy SM ndel I
Title: Conservation Lands Technician
Address., 5500 7711 Efreet, Vero Beach, R_32967
Phone: 772-226-1881
Email: wswindell@rcgov.00m
AtteSt Daphne Costa
Addressfor giving notices:
5980 SE CR 760
Arcadia, FI 34266
Li cense No.
(Where applicable)
Agent for service of process.
Designated Relpresentative:
Name: Daphne Costa
Title: Office Manager
Address: 5980 SE CR 760
Arcadia, FI 34266
Phone: 863-494-9737
Email: office(o)sandhillarowers.com
(If OCNTRACTOR is a corporation or a partnership,
attach evidenoe of authority to sign.)
Exhibit 1 to the Agreement - Pricing
2021048 - Olso Riverfront Conservation Area Planting -Addendum 1
Bid Form -Addendum 1
Oslo Riverfront Conservation Area Planting
Bid #:
Bid Opening Date and Time:
Bid Opening Location:
The following addenda are hereby acknowledged:
Addendum Number
1
2021048
July 15, 2021
Purchasing Division
1800 27th Street
Vero Beach, FI -32960
Date
7/2/2021
2:00 P.M.
In accordance with all terms, conditions, specifications, and requirements, the Bidder offers the following:.
Alternate size/quantity lines_should,only be completed for materials that cannot be provided in the requested size
and number of elants_
Plant Materials
-Unit
Total,
Price*
Installed ,,
Zone
Scientific'
Common .Y
' ""
,Number
Alternate'
Alternate"
Name
Name;
Size,
T
:of:Plants
Size'i3iilpy
giiaritity;bid
{$)
Price.;
1A
Acrostichum
Leather fern
3G
170
danaeifolium
$11.00
$1,870.00
1A
Baccharis
Salt bush
1 G
165
halimifolia
$3.70
$61.0.00
Borrichia
-Sea-oxeye
1 G,
200
frutescens
dais
4«
$4.00
$800.00
'
Conocarpus
1A
erectus
Buttonwood
7G
150
$25.00
$3,750.00
1A
Ficus aurea
Strangler fig
7G
'15
$25.00
$375.00
113
Bursera
simaruba
Gumbo limbo
7G
35
$35.00 1.$1,225.00
113
Ficus aurea
Strangler fig
7G
35
$25,00
$625.00
Quercus
10
vir iniana
Live oak
7G.
45
$25.00
$1,125.00
2
Ilex cassine
Dahoon holly
7G
70
$25.00
$1,750.00
2
Ilex glabra
Gallberry
1G
155
$4.00
$620.00
2
Lyonia lucida
Fetterbush
3G
155
$12.50
$1,937:00
Page.13.of 36
2021048 - Olso: Riverfrorit Conservation Area Planting -Addendum; l
Zone
Scientific
Common
Size
Number
Alternate
Size Bid
Alternate
Unit
Total
Installed
Name
Name
of Plants
quantity bid
LPrrlce
Price IS)
{$
2
Morella
cerifera
Wax myrtle
Y
1 G
75
$44.50
$217.50
2
Quercus
.
vir inlana
Live oak
7G'
60
$25.00
$1' ;500.00
2
Serenoa
re ens
Saw palmetto
1G
130
$4.00
$520.00,
3
Acerrubrum
Red maple
7G
12
$25,00
$300:00
3
Celtis
laevi ata
Sugarberry
3G
8
$8.50
$68:00
3
Cephalanthus
occidentalis
gutfiontush
IG
3G '
12
1G
$4;00
$48.00
3
Fraxinus
Pop ash
3G
8:
$8.50
$68.00
3
Ilex cassine
Dahoon holly
7G
112
$25:00
$300.00
3
Psychotrra
Soft leaf wild
3G
88
tenuifolia
coffee
$8.50
$748.00
3
Quercus
laurifolia
Laurel oak
7G
12
$25.00
$300.00
Telmatoblech
3
num
sen-ulatum
Swamp. fern
BR
130
$1,00
$130.00
4
Ardtsia.
escalloniodes
Marlberry
3G
50
-$15.00
$750.00,
4
Bursera
simaruba
Gumbo limbo
7G
35
$35.00
$1,225.00
4
Callicarpa
americana
B.eautyoerry
3.G
130
$8.50
$1;105.00
4
Cel#is
Jaeivi ata
Sugarberry
3G
1:5
$8.50
$1.27.00
4
Chrysophyllu
m' oliviforme
Satinleaf
3G
20
$15.00
$300.00
4
Citharexylum
,spinosum
Fiddlewood
3G
50
$15.00
$750.00
.4
Coccoloba
uvifera
Sea grape
3.G
28.
$8,50
1 $238.00
4
Erythrina .
Cherokee
30
50
herbacea
bear!
$18:00
$900.00
4
Eugenia
axillaris
White stopper
3G
50
$15.00
$750.00
4
Psychotiia
Shiny leaf
3;G
275
nervosa
wild coffee
$8,50
$2,337.50
4
Quercus
vir iniana
Live oak
7G
42.
$25.00
$1,050.00
Randia
White indigo
3G
50
aculeata
ber
$1'0:00
$500.00
Page 14 of 36
20210487 Olso Riverfront Conservation Area Planting -Addendum 1,
Total Bid Price in Words:
Project completion time after receipt of "Notice. to Proceed" or PO: 8 DAYS
Page, 15 of 36
Scientific
Common
Number
Alternate
Alternate
Unit
Total
Zone
Name
Name
Size
-of Plants
Size Bid
quantity bid
Price
Installed
Price ($j
4
Hame($j
a
Firebush
130
stens/
3G'
1 G
$4.00
$520.00
Helianthus
Dune
4
�debilis
sunflower
4,
200
$2.00
$400,00
Ga"'ardia
4
ulchella
Blanket flower
4"
200
$2.00
$400.00
Cal(icarpa
5
.americana
geautyberry
3G
18
$8.50
$153.00
.5
Ilex glabra
Gallberry
1.G
25.
$4.00
$100.00
5
Lyonia lucida
Fetterbush
3G
12
$8.50
$102.00
5
Morella
cerifera
Wax myrtle
1 G
12
$2.90
$34.80
5
Psychotria
Wild coffee
3G
25
nervosa
$8.50
$212.5.0
5
Quercus
vi iniana •
Live oak.
7G
65
$25.00
$1,625.00
5
Semnoa
re ens
Saw palmetto
1`G
25
$4.00
$100:00
fifty
o
7Mob n ' �` 'g s `�; LS3
315.00
,ous
Nfatetials5LS$
90-Days'.Maintenance 'IS$
3,315.00
TotalBid Price `' � �}
39,196.30
Total Bid Price in Words:
Project completion time after receipt of "Notice. to Proceed" or PO: 8 DAYS
Page, 15 of 36