HomeMy WebLinkAbout2023-206CAgreement
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:
Hallstrom Farmstead Habitat Enhancement & Parking Area Planting
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: Hallstrom Farmstead Habitat Enhancement & Parking Area Planting
Bid Number: 2023063
Project Address: 1701 Old Dixie Highway, Vero Beach, FL 32962
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 120th 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:
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: $ 31,277.99
Written Amount: Thirty -One Thousand Two Hundred Seventy -Seven Dollars and Ninety -Nine
Cen s.
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, which includes the 90-daymaintenance period.
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:
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.
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.
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)
Certificate(s) of Liability Insurance;
(4) Invitation to Bid 2023063
(5) Addenda (numbers to , inclusive);
(6) CONTRACTOR'S Bid Form;
(7) Bid Bond;
(8) Qualifications Questionnaire;
(9) Drug Free Workplace Form;
(10)Affidavit of Compliance;
(11) Sworn Statement Under Section 105.08, Indian River County Code, on Disclosure of
Relationships;
(12) Certification Regarding Prohibition Against Contracting with Scrutinized Companies;
(13) Certification Regarding 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).
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.
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
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 , 20_ (the date the Agreement is approved by the
Indian River County Board of County Commissioners, which is the Effective Date of the Agreement).
OWNER:
INDIAN RIVER COUNTY
?U
By:
Jo H. Earm al man
Mn A. Titkanich, Jr., County Admin'Nt-9t6`r
CONTRACTOR:
Sandhill Environmental Services, LLC
By: �GG2 /EiZ/�Gd¢cL
ontractor)
Attest
(CORPORATE S>=AL)
APPROVEK=ALIUIIICIINCY:
By -
4i r
y:J it William K. DeBraal, County Attorney Address for giving notices:
Ryan L. Butler, Clerk of Court and Comptroller
Attest:
Deputy Clei <
(SEAL)
Designated Representative:
Name:
Title:
Address:
Phone
Email
License No.
(Where applicable)
Agent for service of process:
Designated Representative:
Name: Courtney Ramsey
Title: Estimator
Address:
5980 SE County Road 760
Arcadia, FL 34266
Phone: (863) 494-9737
Email: cramsev(o-)sandhillorowers.com
(If CONTRACTOR is a corporation or a partnership,
attach evidence of authority to sign.)
2023063 Hallstrom Farmstead Habitat Enhancement & Parking Area Planting
Bid Form
Hallstrom Farmstead Habitat Enhancement & Parking Area Planting
Bid #:
Bid Opening Date and Time:
Bid Opening Location:
The following addenda are hereby acknowledged:
Addendum Number
1
2
2023063
July 25, 2023
Purchasing Division
180027 1h Street
Vero Beach, FL 32960
Date
7/6/2023
7/21/2023
2:00 P.M.
In accordance with all terms, conditions, specifications, and requirements, the Bidder offers the following:
Page 13 of 32
Plant Materials
Total Installed
unit Price
Price
($)
Replacement
#
Alternate
Scientific
Common
for
Size
Number
Size Bid
{$)
Name
Name
of
Plants
Parking Area Plantings
Quercus
Myrtle oak
7G
5
$104.85
$524.25
m rtifolia
Quercus
Sand live oak
7G
4
$55.17
$220.68
eminata
Quercus
Chapman's
7G
3
NA
NA
cha manii
oak
Serenoa repens
Saw palmetto
3G
25
$15.12
$378.00
Lyonia
ferru inea
Rustry lyonia
3G
6
$16.96
$101.74
Piloblephis
ri ida
Pennyroyal
1 G
40
$8.73
$349.38
Geobalanus
oblon ifolius
Gopher apple
1 G
50
$6.37
$318.74
Pityopsis
raminifolia
Golden aster
1G
25$218.36
$8.73
Asclepias
Butterfly
1G
20$174.69
$8.73
tuberosa
milkweed
Page 13 of 32
2023063 Hallstrom Farmstead Habitat Enhancement & Parking Area Planting
Page 14 of 32
Plant Materials
Total Installed
Unit Price
Price
($)
Replacement
#
Alternate
Scientific
Common
for
Size
Number
Size Bid
($)
Name
Name
of
Plants
Palafoxia feayi
Palafox
1G
25
$9.36
$233.89
Opuntia
Prickly pear
1G
30
$6.37
$191.24
humifusa
cactus
Helianthus
Dune
1G
35
$6.37
$223.11
debilis
sunflower
Gallardia
Blanket
1 G
35
$6.37
$223.11
ulchella
flower
Subtotal
303
$3,157.19
Trail Plantings
Quercus
Myrtle oak
7G
40
$104.85
$4,194.00
m rtifolia
Quercus
Sand live oak
7G
40
$55.17
$2,206.80
eminata
Quercus
Chapman's
7G
20
NA
NA
cha manii
oak
Pinus clausa
Sand pine
7G
10
3G
$11.17
$111.67
Serenoa repens
Saw palmetto
3G
80
$15.12
$1,209.60
Sideroxylon
Tough
3G
20
$17.89
$357.75
tenax
bumelia
Lyonia
Rustr ona
y Iyi
3G
30
$19.96
$598.94
ferru inea
Carya floridana
Scrub hickory
7G
20
NA
NA
Vaccinium
Shiny
3G
40
NA
NA
m rsinites
blueberry
Vaccinium
Blueberry
3G
40
$16.96
$678.24
darrowii
Bejaria
Tar flower
1G
20
$8.73
$174.69
racemosa
Piloblephis
Pennyroyal
1G
120
$8.73
$1,048.14
rigida
Geobalanus
oblon ifolius
Gopher apple
1 G
160
$6.37
$1,019.95
Pityopsis
Golden aster
1G
40
$8.73
$349.38
raminifolia
Asclepias
Butterfly
1G
40
$8.73
$349.38
tuberosa
milkweed
Palafoxia feayi
Palafox
1G
40
$9.36
$374.22
Page 14 of 32
2023063 Hallstrom Farmstead Habitat Enhancement & Parking Area Planting
Thirty one thousand two hundred seventy seven and ninety nine cents.
Total Bid Price in Words
Project completion time after receipt of "Notice to Proceed" or PO: 30 DAYS
Will your company extend these prices to other governmental agencies Yes No ❑
within the State of Florida?
Page 15 of 32
Plant Materials
Total Installed
Unit Price
Price
($)
Replacement
#
Alternate
Scientific
Common
for
Size
Number
Size Bid
($)
Name
Name
of
Plants
Opuntia
humifusa
Prickly pear
cactus
1G
160
$637
$1,019.95
Helianthus
Dune
1 G
80
$6.37
$509.98
debilis
sunflower
Gallardia
Blanket
1 G
80
$6.37
$509.98
ulchella
flower
Hypericum
St. John's
1G
40
$8.11
$324.54
tenuifolium
wort
Garberia
Garberia
1G
40
$9.36
$374.22
hecto h Ila
Conradina
randiflora
Pineland mint
1G
80
$8.11
$649.08
Aristida stricta
Wiregrass
1 G
80
$6.43
$514.30
Subtotal Trail Plantings
1,320
$16,574.80
Total Project Plantings
1,623
$19,731.99
Additional Bid Items
Quantity
Total Cost
Mobilization
LS
$1,680.00
Miscellaneous Materials
LS
$0.00
90 -Day Maintenance
LS
$9,866.00
Total Bid Price
$31,277.99
Thirty one thousand two hundred seventy seven and ninety nine cents.
Total Bid Price in Words
Project completion time after receipt of "Notice to Proceed" or PO: 30 DAYS
Will your company extend these prices to other governmental agencies Yes No ❑
within the State of Florida?
Page 15 of 32
2023063 Hallstrom Farmstead Habitat Enhancement & Parking Area Planting
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: cramsey@sandhillgrowers.com
Zip Code 34266
Fax: 863-494-1364
Business Tax Receipt Number: j FEIN Number: 20-531 8487
Authorized Signature: Date: 7/11/23
Name: Courtney Ramsey Title: Estimator
(Type / Printed)
Page 16 of 32