HomeMy WebLinkAbout2022-016BAgreement
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, inconsideration
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:
Duck Head Island Phase 1 Revegetation
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: Duck Head Island Phase 1 Revegetation
Bid Number: 2022025
Project Address: 27°39'58.60"N & 80°22'42.03"W
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 240th 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: $140,073.56
Written Amount: One hundred forty thousand, seventy three dollars and fifty-six cents
ARTICLE 5 - PAYMENT PROCEDURES
5.01 Progress Payments.
A. 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 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.
5.02 Pay Requests.
A. Each request for a progress 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.
5.03 Paragraphs 5.01 and 5.02 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.
5.04 Acceptance of Final Payment as Release.
A. 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:
2
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.
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.
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.
The Contract Documents are generally sufficient to indicate and convey understanding of all terms
and conditions for performance and furnishing of the Work.
J. 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 proof of E -Verify registration and utilization for all subcontractors.
ARTICLE 8 - CONTRACT DOCUMENTS
8.01 Contents
A. The Contract Documents consist of the following:
(1) This Agreement;
(2) Notice to Proceed;
(3) Public Construction Bond;
(4) Certificate(s) of Liability Insurance;
(5) Invitation to Bid 2022025;
(6) Addenda (numbers 1 to 3, inclusive);
(7) CONTRACTOR'S Bid Form;
(8) Bid Bond;
(9) Qualifications Questionnaire;
(10) Drug Free Workplace Form;
(11)Affidavit of Compliance;
(12) Sworn Statement Under Section 105.08, Indian River County Code, on Disclosure of
Relationships;
(13) Certification Regarding Prohibition Against Contracting with Scrutinized Companies;
(14) Certification Regarding Lobbying;
(15) 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 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 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 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.
4
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
180127 th Street
Vero Beach, FL 32960
5
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 e[x-x l , 201,7 -(the date the Agreement is approved by the
Indian River County Board of County Commissio ers, which is the Effective Date of the Agreement).
OWNER:
By:
�•.�y�� 0 At M/S.
P r O'Brya firman V %-0* ,
� �9��'FR COUNT
By: .�
Jason E/Brglvn, County Administrator
APPROVED AS TO FORM AND LEGAL SUFFICIENCY:
By:
DylaeReingold, County Attorney
Jeffrey R. Smith, Clerk of Court and Comptroller
X", Ale puty Clerk�i
Designated Representative:
Elizabeth Powell
Assistant Director, Parks and Conservation Resources
5500 77th Street
Vero Beach, Florida 32967
(772) 226-1873
Facsimile: (772) 589-6119
M
CONTRACTOR:
9�✓��Sandhill Environmental Services, LLC
(Contracto
(CORPORATE SEAL)
Attest
Address forgiving notices:
5980 SE County Road 760 Arcadia FL 34266
License No.
(Where applicable)
Agent for service of process:
Designated Representative:
Name: Tony Yacovetti
Title: Managing Member
Address:
5980 SE County Road 760 Arcadia FL 34266
Phone: 863-990-3369
Email: tony@sandhillgrowers.com
(If CONTRACTOR is a corporation or a partnership,
attach evidence of authority to sign.)
Exhibit 1 to the Agreement — Pricing
or,1011Vo I It IN
2022025 Duck Head Island Phase 1 Revegetation
Project Name: Duck Head Island Phase 1 Revegetation
Bid #: 2022025
Bid Opening Date and Time: January 5, 2022 2:00 P.M.
Bid Opening Location:
The following addenda are hereby acknowledged:
Addendum Number
#1
#2
#3
Purchasing Division
1800 271" Street
Vero Beach, FL 32960
Date
12/17/2021
1/3/2022
1/7/2022
In accordance with all terms, conditions, specifications, and requirements, the Ridder offers the following:
PLANT MATERIALS
Unit
Price
Total installed
Price
Grass/Shrub Planting (5.0 Acres)
Alternate
Scientific Name
Common
Size
Number of
Size Bid
($)
($)
Name
Plants
(or
.,N/A„)
Spartina patens
Saltmeadow
cord rass
1 G
7202
1 G
$3.33
$23,982.66
Borrichia frutescens
Sea -oxeye
daisy
1G
2700
1 G
$3.33
$8,991.00
Distichlis spicata
Saltgrass
4”
1800
4
$1.95
$3,510.00
Ipomoea pes-caprae
Railroad vine
4", 1G
900
1G
$3.33
$2,997.00
Flaveria linearis
Yellowtop
4", 1G
900
1G
$3.33
$2,997.00
Iva imbica
Seacoast
sum weed
1G
900
1G
$3.33
$2,997.00
Ageratum maritimum
Dune misstflower
4 1 G
900
1G
$3.33
$2,997.00
Gallardia pulchella
Blanket
flower
4", 1G
900
1 G
$3.10
$2,790.00
Page 13 of 39
2022025 Duck Head Island Phase 1 Revegetation
Helianthis debilis
Dune
sunflower
4", 1G
900
1G
$3.33
$2,997.00
t_ycium carolinianum
Christmas
ber
1G
900
1G
$3.33
$2,997.00
Baccharis halimifolia
Saltbush
1G, 3G
225
3G
$9.25
$2,081.25
Serenoa repens
Saw palmetto
1G, 3G
225
3G
$12.00
$2,700.00
Iva frutescens
Marsh elder
1G
150
1 G
$3.33
$499.50
Scavevola plumeriInkberry
1G, 3G
150
3G
$9.75
$1,462.50
Callicarpa americana
Beautyberry
3G
75
3G
$9.25
$693.75
Psychotria nervosa
Wild Coffee
1G, 3G
225
3G
$9.25
$2,081.25
Zanthoxylum fagara
Wild lime
3G, 7G
75
3G
$9.25
$693.75
Myrcianthes fragrans
Simpson's
3G 7G
75
3G
$9.25
$693.75
stopper
Eugenia axilaris
White
sto er
3G,7G
150
3G
$9.75
$1,462.50
Eugenia foetida
Spanish
stopper
3G 7G
75
3G
$9.75
$731.25
Chrysobalanus icaco
Cocoplum
3G
75
3G
$9.25
$683.75
Edge of Harnmock Planting (1.2 Acres) 1
Scientific Name
Spartina patens
Borrichia frutescens
Ipomoea pes-caprae
Flaveria /inearis
Ageratum maritimum
Gallardia pulchella
Helianthis debilis
Serenoa repens
Callicarpa americana
Psychotria nervosa
Zanthoxylum fagara
Common
Size
Name
Saltmeadow
1 G
cord rass
1G
Sea -oxeye
IG
dais
1G
Railroad vine
4", 1 G
Yellowtop
4", 1 G
Dune
4",4" 1 G
30
3G
Blanket
4", 1G
flower
3G
Dune
4°, 1G
sunflower
Saw palmetto
1G, 3G
Beautyberry
3G
Wild Coffee
1G, 3G
Wild lime
3G, 7G
Number of Alternate
Plants Size Bid
1800
1G
450
1 G
150
1G
150
1G
150
1G
150
1 G
150
1G
23
3G
30
3G
30
3G
8
3G
Page 14 of 39
Unit
Price
$3.33
$3.33
$3.33
$3,33
$3.33
$3.33
$3.33
$12.00
$9.25
$9.25
$9.25
Total Installed
Price
$5,994.00
$1,498.50
$499.50
$499.50
$499.50
$499.50
$499.50
$276.00
$277.50
$277.50
$74.00
2022025 Duck Head Island Phase 1 Revegetation
Myrcianthes fragrans
Simpson's
sto er
3G, 7G
8
3G
$9,25
$74.00
Eugenia axilaris
sWohiteer
3G, 7G
8
3G
9.75
$78.00
Eugenia foetida
Spanish
stopper
3G, 7G
8
3G
$9.75
$78.00
Chrysobalanus icaco
Cocoplum
3G, 7G
8
3G
$9,25
$74.00
Erythrina herbacea
Cherokee
bean
3G, 7G
8
3G
$9.75
$78.00
Ardisia escallonoides
Marlberry
7G
8
7G
$33.60
$268.80
Citharexylum spinosum
Fiddlewood
7G
8
7G
$33.60
$268.80
Myrsine cabana
Myrcine
7G
8
7G
$23.60
$188.80
Quercus virginiana
Live oak
7G
130
7G
$28.60
$3,718.00
Bursera simaruba
Gumbo limbo
7G
44
7G
$28.60
$1,258.40
Sideroxylon foetidissimum
False mastic
7G
22
7G
$33.60
$739.20
Chrysophyllum oliviforme
Satinleaf
7G
11
7G
$33.60
$369.60
Quadrella jamaicensis
7G
11
7G
$28.60
$314.60
cameiaca
xis ire Hammock Planting (5% of X0.3 Acres of Hammock) 1111
Common ;t xv,ber of Alternate j Unit i Total Installed '
Scientific Name Size � Pricy: Price
Name Plants Size Bits ,
Serenoa repens
Saw palmetto
1G, 3G
23
3G
$12.00
$276.00
Callicarpa americana
Beautyberry
3G
70
3G
$9.25
$647.50
Psychotria nervosa
Wild Coffee
1 G, 3G
70
3G
$9.25
$647.50
Myrcianthes fragrans
Simpson's
stopper
3G, 7G
45
3G
$9.25
$416.25
Eugenia axilaris
White
sto er
3G, 7G
45
3G
$9.75
$438.75
Eugenia foetida
Stpoanissh
3G, 7G
45
3G
$9.75
$438.75
Chrysobalanus icaco
Cocoplum
3G, 7G
23
_
3G
$9.25
$212.75
Erythrrna herbacea
Cherokee
bean
3G, 7G
23
3G
$9.75
$224.25
Ardisia escallonoides
Marlberry
7G
47
7G
$33.60
$1,579.20
Citharexylum spinosum
Fiddlewood
7G
47
7G
$33.60
$1,579.20
Myrsine cubana
Myrcine
7G
23
7G
$23.60
$542.80
Page 15 of 39
2022025 Duck Head Island Phase 1 Revegetation
Quercus virginiana
Live oak
7G
33 7G
$28.60
$943.80
Bursera simaruba
Gumbo limbo
7G
14 7G
$23.60
$330.40
Sideroxylon foetidissimum
False mastic
7G
5 7G
1 $33.60
$168.00
Chrysophyllum oliviforme
Satinleaf
7G
1 3 7G
1 $33.60
$100.80
... _�_...
Miscella e€� s Materials %
180wDays Maintenance
Total Bid Price
LS $11,580
LS $ 3,101.00
LS $ $27,394.50
$140,073.56
Project completion time after receipt of "Notice to Proceed" or PO: 30 DAYS
Will your company extend these prices to other governmental agencies
within the State of Florida?
Page 16 of 39
Yes ® No ❑
2022025 Duck Head Island Phase 1 Revegetation
The undersigned hereby certifies that they have read and understand the contents of this solicitation
and agree to furnish at the prices shown any or all of the items above, subject to all instructions,
conditions, specifications, and attachments hereto. Failure to have read all the provisions of this
solicitation shall not be cause to alter any resulting contract or request additional compensation.
Company Name: Sandhill Environmental Services, LLC
Company Address: 5980 SE County Road 760
City, State Arcadia, FL
Telephone: 863-494-9737
E-mail: tony@sandhillgrowers.com
Zip Code 34266
Fax: 863-494-1364
Business Tax Receipt Number: FEIN Number: 20-5318487
Authorized Signatur• ''c Date: 01/03/2022
Name: Anthony Yacovetti
(Type / Printed)
Page 17 of 39
Title: Managing Member
V