Loading...
HomeMy WebLinkAbout2015-0925-1a-2_01: ca.D. .46/6-.01 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 J&H Waterstop Utilities, Inc. (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1- WORK 1.01 CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: Rehabilitation of Wet Wells at Lift Stations #196, #173, and #183 ARTICLE 2 - THE PROJECT 2.01 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: Wet Well Rehabilitations at Lift Stations #196, #173, and #183 Bid Number: 2015038 Project Address: #196 Sebastian Highlands #6 (Alexis Street) #183 Macho (10045 102nd Street) #173 KOA (8850 North US Highway # 1) 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 Contract. 3.02 Days to Achieve Substantial Completion, Final Completion and Final Payment 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 Contract. 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.B, below: 1 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: $ 68,100.00 Written Amount: Sixty-eight thousand, one hundred dollars and zero cents ARTICLE 5 - PAYMENT PROCEDURES 5.01 Owner shall make only one payment for the entire amount of the contract when the work has been completed and approved by the Building Division. 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 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 construction contract. 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. 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 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. 1. 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 4. Addenda (numbers 1 to 1 , inclusive); 5. CONTRACTOR'S Bid Form (pages 14 to 15 of 28, inclusive); 6. Bid Bond (page 1 inclusive); 7. Bidders Questionnaire (page 13 of 28, inclusive); 3 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. 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 Contract 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 Contract 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 Contract shall be in Indian 4 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 that ordinarily and necessarily would be required by the County in order to perform the service. (2) Provide the public with access to public records on the same terms and conditions that the County would provide the records and 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. (4) Meet all requirements for retaining public records and transfer, at no cost, to the County all public records in possession of the Consultant upon termination of the Agreement and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the County in a format that is compatible with the information technology systems of the County. B. Failure of the Consultant to comply with these requirements shall be a material breach of this Agreement. 5 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 May 12 , 20 15 (the date the Contract is approved by the Indian River County Board of County Commissioners, which is the Effective Date of the Agreement). OWNER: INDIAN RIVER COUNTY B CONTRACTOR: J&H Waterstop Utilities Inc By. oseph A Baird, County Administrator APPROVED AS TO FORM AND LEGAL SUFFICIENCY: By: Dylan Reingold, County Attorney Jeffrey R. Smith, Clerk of Court and Comptrol Attest: (SEAL) Deputy Clerk Designated Representative: Name: Jerry Miller Title: Lift Station Supervisor 4350 41st Street Vero Beach, FL 32967 (772) 770-5144 6 (Contractor) ( PORATE SEAL) ..-1.11..z- Address Address for giving notices: 962 Shadick Dr Unit 4 Orange City FL 32763 License No. CUC1223884 (Where applicable) Agent for service of process: Danielle Jorgensen Designated Representative: Name: Raul Negron Title: Vice President Address: PO Box 740925 Orange City FL 32774 Phone: 407-467-9472 Facsimile: 386-851-2466 (If CONTRACTOR is a corporation or a partnership, attach evidence of authority to sign.) None 8. CONSENT AGENDA 9:07 A. Approval of Warrants — April 24, 2015 to April 30, 2015 afar. (memorandum dated April 30, 2015) 2-8 Approved B. Engagement of Berger Singerman LLP for Public Service Commission Appeals (memorandum dated May 5, 2015) 9-20 Approved C. Final Payment for Engineering Consulting Services with Schulke, Bittle & Stoddard, LLC., for Professional Services for Engineering Design, Permitting and Construction Services for Conflict Resolution between Water and Sewer Mains and Proposed Drainage on U.S. 1 South of 11th Street SW to the County Line — UCP #4096 (memorandum dated April 30, 2015) 21-23 Approved D. Approval of Award for Bid 2015038 — Wet Well Rehabilitations (memorandum dated May 5, 2015) 24-31 Approved 9:07 E. Collective Bargaining Agreement Between Indian River County a.m. Firefighters/Paramedics Association, Local 2201, I.A.F.F. and Indian River County Emergency Services District (memorandum dated May 7, 2015) 32-125 Approved F. Final Pay to Masteller and Moler, Inc., for WO No. 3 — Central Regional Wastewater Plant Sludge Holding Tank Modifications (memorandum dated April 27, 2015) 126-127 Approved G. Final Pay and Release of Retainage for R. J. Sullivan Corp. on the Central WWTP Sludge Holding Tank Modifications Project — UCP 4102 (memorandum dated April 27, 2015) 128-133 Approved H. Work Order No. 9 CB&I Coastal Planning and Engineering, Inc., Sector 3 Beach Restoration Project, 2015 Post Construction Physical Monitoring Services (memorandum dated May 4, 2015) 134-142 Approved May 12, 2015 Page 2 of 6 INDIAN RIVER COUNTY OFFICE OF MANAGEMENT AND BUDGET PURCHASING DIVISION DATE: May 5, 2015 TO: BOARD OF COUNTY COMMISSIONERS THROUGH: Joseph A. Baird, County Administrator Jason E. Brown, Budget Director FROM: Jennifer Hyde, Purchasing Manage, SUBJECT: Approval of Award for Bid 2015038 — Wet Well Rehabilitations CONSENT AGENDA BACKGROUND: The Department of Utility Services requested the solicitation of bids for rehabilitation of wet wells at Lift Stations #196 Sebastian Highlands LS #6 (Alexis Street), #183 Macho (10045 102nd Street) and #173 KOA (8850 North US Highway # 1). The work includes installation of corrosion resistant linings to the walls and tops of the lift station wet wells to prolong the life of the lift stations. BID RESULTS: Bid Opening Date: April 1, 2015 Advertising Date: April 22, 2015 Demandstar Broadcast to: 338 Subscribers Specifications/Plans Downloaded by: 31 Vendors Replies: 2 Vendors Firm Location Total Bid J&H Waterstop Utilities, Inc. Orange City, FL $68,100.00 Danus Utilities, Inc. New Smyrna Beach, FL $127,957.00 SOURCE OF FUNDS: Funding in the amount of $68,100 is available in the Other Equipment account in the Operating Fund, which is derived from sewer and water revenues. The budget for this project was $75,000.00. Account Number Account Description Budget Amount 471-166002 Operating Fund/Other Equipment $68,100 24 CONSENT AGENDA RECOMMENDATION: Staff recommends the Board approve award to the lowest responsive and responsible bidder J&H Waterstop Utilities, Inc. of Orange City, FL. Staff further recommends the Board approve the attached agreement and authorize the Chairman to execute it upon review and approval by the County Attorney as to form and legal sufficiency, and after receipt and approval of the required insurance by Risk Management. ATTACHMENTS: Agreement APPROVED AGENDA ITEM BY: cL? a _.; 1+seph k Baird, County Administrator FOR: Indian River Co , ..moved Dat - Admin inmarefm Legal (ieltr IBMIFIyII Budget Egl . r • 4Ir Department 1TLLelll�J� Risk T ��f/��, 25