Loading...
HomeMy WebLinkAbout2023-068AAgreement THISAGFMMENT is by and between INDIAN RVEROOUNTY, a Pblitical Sibdivision of the State of Florida organized and existing under the Laws of the State of Florida, (hereinafter called OWNM and %ndhill Environmental Services, LLC(hereinafter called OONTRACTM. OV\ NERand OONTRACTOR in consideration of the mutual covenants hereinafter set forth, agree asfollows. ARTICLE -WORK OONTPACTORshall complete all Work as specified or indicated in the Contract Documents. The Work is generally describe: asfol Iows: Earman Island Phase IV Re -Vegetation, Bid 2023032 ARTI CLE 2 - OONTRACT Tl M E5 2.01 Time of the Essence A All time limitsfor Milestones, if any, %bstantial Completion, and completion and readinessforfinal payment as stated in the specifications are of the essence of the Agreement. 2.02 Days to Achieve %bstantial Cbmpletion, Final Cbmpletion and Final Payment A Rantingswill be installed and invoiced in accordance with Articles 3 and 4 by September 15, 2023. ARTICLE 3 - CONTRACT PRICE 3.01 CWNERshall pay OONTRAGTORfor 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 4.01.0 below: A For all installed plantingsat the sizesand unit pricesstated in OONTRACTORsBd, included as Exhibit 1. B. For the successful maintenance of all plantings for 180 days after installation, at the conclusion of that period, and at the lump sum price stated in Exhibit 1. G THEOONTRACTStJM subject to additions and deductions provided in the Contract Documents: Numerical Amount: $258,353.18 Written Amount: Two -hundred fifty-eight thousand, three hundred fifty-three dollars and eighteen cents. ARTICLE - PAYMENT PROCEDURES 4.01 R ogress 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, Rorida gatutessection 218.70 et. seq. 4.02 Pay R, -quests. A Each request for a progress payment shall contain the CONTRACTORS certification. All r-ugress payments wiII be on the basisof progressof the work measured by the schedule ct values established, or in the case of unit price work based on the number of units completed. 4.03 Paragraphs4.01 and 4.02 do not apply to construction serviceswork purchased by the County as OVVNERwhich 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. 4.04 Acceptance of Final Payment as Blease. A The acceptance by the CONTRACTOR of final payment shall be and shall operate as a release to the OVVNER 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 thingsdone or furnished in connection with the work under thisAgreement 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 0ONTRACTORor its sureties from any obligations under this Agreement, the Invitation to Bid or the Public Oonstruction Bond. ARTICLE - IND6MNIRCATI 5.01 OON TRACTORshalI indemnify and hold harmless the OWNER and its officers and employees, from liabilities, damages, losses and costs, inducting, but not limited to, reasonable att orney'sfees, tothe 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 6 - CONTRACTOR'S REPRESENTATIONS 6.01 In order to induce OWNERto 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 Ste and become familiar with and is satisfied as to the general, local, and Ste conditions that may affect cost, progress, and performance of the Work. C OONTRAUORisfamiliar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. 2 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 oontiguousto 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 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 OON FACTOR 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 accordancewith the other termsand conditionsof the Contract Documents. F CONTRACTORisaware of the general nature of work to be performed by CVMVERand others at the Ste that relatesto 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. CONTRACTORhasgiven OWNERwritten notice of all conflicts, errors, ambiguities, or discrepancies that CONTRACTORhas discovered in the Contract Documents, and the written resolution thereof by OVMNERis 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 Contractur 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 tthisagreement, as required by Section 448.095, FS Contractor isalso responsible for obtaining proof of E Verify registration and utilization for all subcontractors. ARTICLE7 - CONTRACT DOCUMENTS 7.01 Contents A The Contract Documents consist of the following: (1) ThisAgreement; (2) Not ioeto Proceed; (3) Public Construction Bond; (4) Certificate(s) of Liability Insurance; (5) Invitation to Bd 2023032; (6) Addenda (numbers 1 to 2, inclusive); (7) OONTRACTORSBd Form; (8) Bd Bond; (9) Qualifications Questionnaire-, 3 (10) Drug Free Workplace Form; (11)Mfidavit of Compliance; (12) Smorn 3atement 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 8 - M ISCalANBOUS 8.01 Terms A Terms used in this Agreement will have the meanings indicated in the Invitation to Bid. 8.02 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, moneysthat may become due and moneysthat 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. 8.03 Sic oessors and Assigns A ODM ER and CONTRACTOR each binds itself, its partners, successors, assigns, and legal representativestothe other party hereto, its partners, successors, assigns, and legal representatives in respec. to all covenants, agreements, and obligations contained in the Contract Documents. 8.04 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 OWNERand CONTRACTOR who agree that the Contract Documentsshall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as dose as possible to expressing the intention of the stricken provision. 8.05 Venue A ThisAgreement shall be governed by the laws of the Sate of Rorida. Venue for any lawsuit brought by either party against the other party or otherwise arising out of thisAgreement shall be in Indian Rver County, Rorida, or, in the event of a federal jurisdiction, in the United Sates District Court for the Southern District of Rorida. 4 8.06 FAiblic fords Cbmpliance A. Indian Rfver County is a public agency subject to Chapter 119, Florida aatutes. 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 I aw. (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirementsare not disclosed except as authorized by law for the duration of the coritract 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 recordsto 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 keepsand maintainspublic reoordsupon 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 systemsof the County. B. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLJ CATI ON OF CHAPTER 119, FLORIDA DA STATUTES TO THE CONTRACTORS DUTY TO PROVIDE PUBLIC RECORDS RBAIING TO THIS CONTRACT, CONTACT THE (772) 226-1424 pu bl i crecords(ftcgov. com Indian River County Office of the County Attorney 180127 1h Street Vero Beach, FL 32960 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 OWNERand DJNTRACTOR All portions of the Contract Documents have been signed or identified by OWNERand CONTRACTORor on their behalf. 5 ThisAgreement will be effective on �1���` I Q 20_1.5 (the date the Agreement is approved by the Indian Fiver County Board of County Commissioners, which isthe Effective Date of the Agreement). OWNER By: iiiiiFm -`ys'. Ea ph H. man, Chairm n oQ ,bhnA Titkanich, County Administrator By: Dylangold, County Attorney ,kffrey R 9nith, Clerk of Court and Comptroller 9 Attest:i /%ti Deputy Oerk (ffiAL) Designated Pepresentative: Elizabeth Powell Director, Parks and Conservation Pesources 5500 77t h 3 reet Vero Beach, Rorida 32967 (772) 226-1873 Facsimile: (772) 589-6119 C^ Sandhill Environmental Services, LLC (Contractor) Addressfor giving notices. License No. (Where applicable) Agent for service of process: Designated R -,presentative Name: Anthonv Yacovetti Title: Managina Member Address: 5980 SE CR 760 Arcadia, FI 34266 Phone: Email:tonv�sandhillgrowers.com (If CONTRACTOR is a corporation or a partnership, attach evidence of authority to sign.) r �� ` �'`' � ... �._ __ :� E4 _ � = ' �, v � ^ ' �a - ^ _ - y - _ o `` := Exhibit 1 to the Agreement --Pricing ~.^~.,.°~..~~.~.~, It— °.="^.=u""=.===.",=0=^"C-^,°,.,"" EARMAN ISLAND PHASE IV RESTORATION - PLANT MATERIALS Saltbush IG, 3G 375 Grass/Shrub Planting (12.3 Acres) Unit Serenoa repens Price Scientific Name Common Size Number of Alternate Marsh elder 1G Name 1G Plants Size Bid Spartina patens Saltmeadow IG 11,965 IG $5A8 IG, 3G 375 1G $4.88 Zenthoxylurn fagare Wild lime Borfichia Initescens Sea -oxeye 1G 4,486 1G $4.88 3G,7G daisy 3G $7.25 Eugenia axilaris White 3G,7G Saftgrass 41 2,990 41# $2.53 1pomoea pvs-captae Railroad vine 4", 1 G 1,200 4" $2.53 Iva imbica Seacoast 1G 1,595 IG 1 $&59 sumpweed Ageratum maritimum, 1,495 4*v mistflower Gallardia pulchella Blanket 1 —G 1,495 411 $2.53 flower Helianthis debilis Dune sunflower 4", 1G 1,495 $2.53 Lycium carcginianum Christmas IG 1,200 1G $5,43 — berry BacchaHs hatimifolia Saltbush IG, 3G 375 1G $4.88 Serenoa repens Saw palmetto 1G, 3G 500 1G $6.30 Iva frutescens Marsh elder 1G 300 1G $4.88 IG, 3G Psychotria nervosa Wild Coffee IG, 3G 375 1G $4.88 Zenthoxylurn fagare Wild lime 3G, 7G 125 3G $7.25 Myricianthes tragrans Simpson's stopper 3G,7G 125 3G $7.25 Eugenia axilaris White 3G,7G 225 3G $14.71 Eugenia fbefida Spanish stopper 3G,7G 150 3G $14.71 7 Edge of Hammock Planting (1.4 Acres) Scientific Name Common Size Number of Altemate Unit Price Name Plants Size Bid Spartina patens Salimeadow 1G 3,100 i G $5.18 cordgrass Borrichia frutescens Sea -oxeye 1G 3501 G $4.88 dais Ipomoea p :.;-caprae Railroad vine 4", 1G 200 4" $2.53 Fla vena linearis Yellowtop 4", 1G 254 4" $2.53 Ageratum marihmum Dune mistflower 4", 1G 250 ' 41 $3.51 Gallardia pulchella Blanket flower 4", 1G 250 401 $2.53 Helianthis debilis SuDflunoe 4", 1G 250 4" $2.53 Serena repens Saw palmetto 1G, 3G 37 1G $6.30 Cailicarpa americana Beautyberry 3G 50 3G $9.41 Psyehotria nervosa Wild Coffee 1G, 3G 50 1G $4.88 Zanthoxylum fagara Wild lime 3G, 7G 12 3G $9.41 Myrcianthes fragrans Simpson' s 3G, 7G 12 3G $9.41 stopper Sophora tomentosa Necklace pod 3G, 7G 12 3G $1471 Eugenia toetida Spanish 3G, 7G 12 3G $14.71 stopper Chrysobalanus icaco Cocoplum 3G, 7G 12 3G $9,41 Erythrina herbacea Cherokeebean 3G, 7G 12 3G $9.41 Ardisia escallonoides Madberry 7G 12 7G $72.13 Citharexylum spinosum Fiddlewood 7G 12 7G $42.27 Myrsine cubana Myrcine 7G 12 7G $42.27 Quercus virginiana Live oak 7G 75 7G $42.27 Bursera simaruba Gumbo limbo 7G 70 7G $50.99 Sideroxylon foetidissimum False mastic 7G 50 7G $82.93 Chrysophyflum oliviforme Satinleaf 7G 20 7G $50.99 Quadrella jamaicensi's Jamiaca 7G 20 7G $50.99 Existing Hammock Planting (5% of 10.3 Acres of Hammock) Scientific Name Common Name S1ze Number of Plants Alternate Size Bid Unit Price M Serenoa repens Saw palmetto 1G, 3G 15 1G $6.30 Cailicarpa americana Beautyberry 3G 25 3G $9.41 Psychotfia nervosa Wild Coffee 1G, 3G 25 IG $4.88 Myrnianthes fragrans Simpson's stopper 3G, 7G 12 3G $9.52 Eugenia axilaris White stopper 3G, 7G 12 3G $14.71 Eugenia foefida Spanish stopper 3G, 7G 12 3G $14.71 Chrysobalanus icaco Cocoplum 3G, 7G 15 3G $9.41 Erythrina herbacea Cherokee bean 3G, 7G 15 3G $5.41 Ardisia ascallonoides Madberry 7G 15 7G $57.51 Citharoxylum spinosum Fiddlewood 7G 12 7G, $27.64 Scientific Name Common Name Size Number of Plants Alternate Size Bid Unit Price M Myrsine cubana Myrcine 7G 12 7G $27.64 Quercus virginiana Live oak 7G 6 7G $27.64 Bursere simarube Gumbo limbo 7G 12 7G $36.37 Sideroxylon foeddissimum False mastic 7G 3 7G $68,31 Chrysophyllum oliviforme Satinleaf 7G 2 7G $36.37