HomeMy WebLinkAbout2004-196 i BOARD OF COUNTY COMMISSIONERS
V 1840 25th Street, Vero Beach, Florida 32960 0 Owl g
�� CO
G
772 4
Telephone: ftl ) 567-8000 W
July 22 2004
�ORI4p'
Mr. Terry Jackson
AshBritt, ,Jnc .
480 South Andrews Avenue
Suite 103
Pompano Beach, F,1 33069
Dear Mr. Jackson:
OnmMarch 13 , 2001 , the St . Lucie County Board of County Commissioners approved an
Agreement for Disaster Recovery Services between AshBritt, Inc , and St. Lucie County,
Florida, which was solicited pursuant to all applicable St. Lucie County, Florida
procurement requirements .
Pursuant to Indian River County procurement regulations, Indian River County, Florida,
hereby consents to "Piggyback" the Agreement for Disaster Recovery Services between
St. Lucie County, Florida and Ashbritt, Inc. The same terms and conditions that apply in
the Agreement for Disaster Recovery Services for St. Lucie County, Florida shall apply
to Indian River County, Florida.
All references in the Agreement for Disaster Recovery Services to St . Lucie County,
Florida, a political' subdivision of the State of Florida or to County, shall run to the
benefit of Indian River County, Florida, a political subdivision of the State of Florida .
Notices shall be sent as follows :
If to Indian River County : If to Ashbritt, Inc :
John King, Director Mr. Terry Jackson
Department of Emergency Services 480 South Andrews Ave
184025 th eet Suite 103
Ver h, lorida 32960 Pompano Beach, Florida 33069
r
Accept A Wtt, Inc. Accepted, Indian 16ver County
Terry Jacks n Caroline Ginn, Chairman
Dateq �g - 04 Date August 17 , 2004
Atte
PATRICIA PJf . RIDE
LY
E;r *
® EPUTY CLERK
LORETTA RSOONE
' 02581- i.XPIRES : octotN� ; 3, 2Q0 Ronkd Thru Notn d
ORIGINAL
r
C% CONTRACT
mA �, h i3, Zavl,
THIS CONTRACT , made this day of Ja�y 2001 , between ST . LUCIE
COUNTY , a political subdivision of the State of Florida , hereinafter called the " COUNTY" ,
and ASHBRITT , INC . . or his , its or their successors , executors , administrators , and assigns
hereinafter called the " CONTRACTOR" :
WITNESSETH :
1 . PURPOSE
That Contractor agrees with County , for the consideration herein mentioned , at his ,
its or their own proper cost and expense to do all the work and furnish all the materials ,
equipment , supplies , and labor necessary to carry out this Contract in the manner and to the
full extent as set forth in the proposal and the accompanying plans , specifications , addenda
if any , and drawings , and they are as fully a part of the Contract as if hereto attached or
herein repeated , and to the satisfaction of the duly authorized representatives of St . Lucie
County , who shall have at all times full opportunity -to inspect the materials to be furnished
and the work to be done under this Contract .
2 . DESCRIPTION OF WORK
It is agreed that the scope of work to be done under this Contract is as follows :
Contractor shall , upon request , provide the County with the following services :
�r Emergency Road Clearance - Removal of debris -from the primary
transportation routes as directed by the County .
�r Debris Removal from Public Property - Removal of debris from public rights - of
way . Removal of debris beyond public rights - of - way as necessary to abate
imminent and /or significant threats to the public health and safety of the
community .
9: \atty \a9reemnt \PHILLIPS — 1 —
Debris Removal from Private Property - Should an imminent threat to life ,
safety , and health to the general public be present on private property , the
Contractor , as directed by the government officials , will accomplish the
removal of debris from private property .
�k Temporary Debris Staging and Reduction (TDSRS ) = The Contractor will
prepare and maintain a sufficient number of TDSR5 facilities to accept and
process all eligible storm debris . Preparation and maintenance of facilities
shall include maintenance of the TDSR5 approach and interior road (s ) for the
entire period of debris hauling , includitig provision of stone for any roads that
require stabilization for ingress and egress . Each facility shall include a roofed
inspection tower sufficient for a minimum of three ( 3 ) inspectors for the
inspection of all incoming and exiting loads . All debris shall be processed in
accordance with local , state , and federal law , standards and regulations .
Processing shall include , but is not limited to , reduction by tub grinding and /or
incineration when approved by the County . Prior to reduction , all debris shall
be segregated between vegetative debris , construction and demolition debris ,
recyclable debris , white goods and hazardous waste.
* Generated Hazardous Waste Abatement - Abatement of hazardous waste
identified by County officials in accordance with all applicable Federal , State
and local laws , standards and regulations .
Debris Disposal - Disposal of all eligible debris , reduced debris , ash residue and
other products of the debris management process in accordance with all
applicable Federal , State and local laws , standards and regulations .
�k Documentation and Inspections - Storm debris shall be subject to inspection
by County officials . Inspections will be to insure compliance with the contract ,
and applicable local , state and federal laws . The Contractor will , at all times ,
provide County officials access to all work sites and disposal areas . The
Contractor and the County will have in place at the Temporary Debris Staging
and Reduction (TDSRS ) personnel to verify and maintain records regarding the
contents and cubic yards of the vehicles entering and leaving the T1) SR5 sites .
The Contractor will assist County officials in preparation of Federal ( FEMA )
and State reports for any potential reimbursement through the training of
County employees and the review of documentation prior to submittal . The
Contractor will work closely with the Florida Division of Emergency
Management , FEMA , and other applicable State and Federal agencies to ensure
that eligible debris collection and data documenting appropriately address
concerns of the likely reimbursement agencies .
9 : \atty\a9reemnt \PHILLIP5 — 2 —
* Work Areas - The County will establish and approve all areas that the
Contractor will be allowed to work . The Contractor will remove all eligible
debris and leave the site from which the debris was removed in a clean and
r; eat condition .
* White Goods - The Contractor may expect to encounter white goods available
For disposal . White goods will constitute household appliances as defined in the
Florida Administrative Code. The Contractor will dispose of all white goods
encountered in accordance with applicable Federal , State and local laws .
Hazardous Stumps - The Contractor will remove all stumps that are determined
to be hazardous to public access and as directed by County officials . Stumps
shall be hauled to TDSRS sites where they shall be inspected and categorized
by size .
* Fill Dirt - The Contractor shall place compacted fill dirt in ruts created by
equipment , holes created by removal of hazardous stumps and other areas that
pose a hazard to public access upon direction of County officials .
Documentation and Recovery Process - The Contractor will provide the
following assistance in addition to debris removal :
♦ Recovery process documentation - create recovery process
documentation plan .
♦ Maintain documentation of recovery process .
♦ Provide written and oral status reports as requested by County
officials .
♦ Review documentation for accuracy and quantity .
♦ Assist in preparation of claim documentation .
Upon request , the Contractor shall provide the County with pre-event training and
assistance .
The parties acknowledge that this is a " pre - event " contract . In the event the County
desires to utilize the services of the Contractor , the parties agree to negotiate and enter
into separate " Work Authorizations " for each project/site. The Work Authorization shall
be on a form prepared by the County and shall include the specific scope of work , cost and
time of performance for each pro jec - .
3 . PROJECT MANAGER
The Project Manager for the County is Raymond Wazny at ( 561 ) 462 - 1485 . The
Project Manager for the Contractor is Terry M . Jeckson ( 954) 973 - 9200 .
g : \atty\a9reemnt \PHILLIPS - 3 —
The parties shall direct all matters arising in connection with the performance of this
Contract , other than invoices and notices , to the attention of the Project Managers for
attempted resolution or action . The Project Managers shall be responsible for overall
resolution or action . The Project Managers shall be responsible for overall coordination and
oversight relating to the performance of this Contract .
4 . TERM
The initial term of this Contract shall be ore ( 1 ) year beginning on January 1 , 2001 .
The Contract shall renew automatically on January 1 of each subsequent year unless
terminated .
5 . TIME OF PERFORMANCE/ DELAYS AND EXTENSIONS OF TIME
The Contractor shall begin work immediately upon request by the County and delivery
of a written notice to proceed and shall complete work in accordance with the agreed Work
Authorization . Commencement of the Work by the Contractor shall be deemed a waiver of
this notice . The Work shall be conducted in such a manner and with sufficient labor ,
materials , tools , and equipment necessary to complete the Work within the time limit set
forth in the Work Authorization . In the event the schedule as set forth in the Contract
documents is changed , the Contractor shall notify the County , in writing , of the change in
schedule . Such schedule change shall not , however , extend the time for completion unless
approved by the County in writing .
In the sole opinion of the County , should the organization of the Contractor , or its
management , or the manner of carrying on the Work be manifestly incompetent , or inadequate
to do the Work specified within the stated time , then the County shall have the right to take
charge of the Work and finish it and provide the labor , materials and equipment necessary
to complete the Work as planned within the required time and to charge the cost of all such
Work against the Contractor and his , or its Surety shall be held responsible therefore . The
Contractor fully understands and agrees that the County shall not pay for• any obligation
incurred or expenditure made by the Contractor prior to the effective date of the notice to
proceed described above , unless the County authorizes such payment in writing .
As the Contractor ' s only remedy for delay , the County may grant an extension of the
contract time , when a controlling item of Work is delayed by any factors contemplated or not
contemplated at the time of the bid . Such extension of time may be allowed for delays
occurring during the contract time period or authorized extension of the contract time . All
claims for extension of time shall be made in writing to the County . Claims for delay due to
inclement weather shall be made by the 10th day of the month following the month of the
9 \atty \agreemnt \PHILLIPS — 4 —
delay. All other claims shall be made no more than twenty ( 20 ) days after the commencement
of the delay . Claims made beyond these time limits shall be null and void . Requests for
extension of time shall be fully documented and shall include copies of daily logs , letters ,
shipping orders , delivery tickets , and other supporting information . In case of a continuing
cause of delay only one ( 1 ) claim is necessary . Normal working weeks are based on a five ( 5 )
day week. All authorized extensions of time shall be done by Change Order.
b . DELAY DAMAGES
It is mutually agreed between the parties hereto that time shall be of the essence in
the performance of all Work Authorizations performed pursuant to this Contract , and in the
event the work is not completed within the time specified , it is agreed that from the
compensation otherwise to be paid to the Contractor , the County may retain the sum of
$ 300 . 00 per calendar day for each day thereafter, Sundays and holidays included , that the
work remains uncompleted , which sum shall represent the actual damages which the County
will have sustained per calendar day by failure of the Contractor to complete the work within
the time stipulated , and this sum is not a penalty , being the liquidated damages the County
will have sustained in event of such default by the Contractor .
7. CONTRACT PAYMENT
The County shall pay the Contractor for the performance of this Contract and
satisfactory completion of the project in accordance with the terms and conditions of the
written Work Authorization . The parties agree to use either ( 1 ) the unit price method
(where the scope of work is large and exact measurements of work are difficult to define );
or , ( 2 ) the lump sum price (where the scope of work can be clearly defined ) in establisihing
payment terms in the Work Authorization . All prices must comply with Federal and State
reimbursement guidelines . Prior to January 1 of each year that this Contract remains in force ,
the Contractor shall provide the County with its labor and equipment rates for the
subsequent calendar year . The rates for calendar year 2001 shall be those presented in the
Contractor's Response to the County's Request for Proposals which is incorporated by
reference herein .
8 . PAYMENT SCHEDULE
The County shall make monthly project payments on account of the Contract . Unless
a different schedule is established in the Work Authorization , upon the satisfactory
completion of the Work Authorization and the delivery by the Contractor to County of
satisfactory releases of liens and claims if applicable , the County shall pay the remaining
9 \atty \agreemnt \PHILLIPS — S —
amount found to be due to the Contractor , not later than thirty ( 30) days after completion
of the Work Authorization and the delivery of releases of liens and claims .
9 . AUDIT
The Contractor agrees that the County or any of its duly authorized representatives
shall , until the expiration of three years of ter expenditure of funds under this Contract , have
access to and the right to examine any directly pertinent books , documents , papers , and
records of the Contractor involving transactions related to this Contract . The Contractor
agrees that payment(s ) made under this Contract shall be subject to reduction for amounts
charged thereto which are found on the basis of audit examination not to constitute allowable
costs under this Contract . The Contractor shall refund by check payable to the County the
amount of such reduction of payments . All required records shall be maintained until an audit
is completed and all questions arising therefrom are resolved , or three years after completion
of the project and issuance of the final certificate , whichever is sooner .
10 . PUBLIC RECORDS
The Contractor shall allow public access to all documents , papers , letters , or other
material subject to the provisions of Chapter 119 , Florida Statutes , and made or received by
the County in conjunction with this Contract .
11 . GUARANTEE
The Contractor guarantees to repair , replace or otherwise make good to the
satisfaction of the County any defects in workmanship or material appearing in the work
within one year after the day of the certificate for final performance of the work fur the
service intended . Contractor f urther guarantees the successf ul performance of the work for
the service intended . Neither inspection nor payment , including final payment by the County
shall relieve the Contractor from his or its obligations to do and complete the work in
accordance with this contract. If the County deems it inexpedient to require the Contractor
to correct deficient or defective materials or labor , an equitable deduction from the contact
price shall be made therefore or in the alternative , the County may sue for damages . This
guarantee is in addition to any other warranty available to the County for the Work including
but not lirr: ; ted to manufacturers warranties .
12 . CONTRACTOR RESPONSIBILITY
The Contractor is an independent contractor and is not an employee or agent of the
County . Nothing in this Contract shall be interpreted to establish any relationship other than
9 : \atty \a9reemnt \PHILLIPS — 6 —
• . lam'
that of an independent contractor , between the County and the Contractor , its employees ,
agents , subcontractors , or assigns , during or after the performance of this Contract . The
Contractor shall take the whole responsibility for the means , methods , techniques , sequences ,
and production of the Work .
The Contractor shall bear all losses resulting to him , or its , on account of the amount
or character of the Work , or because of the nature of the ground in or on which the Work
is done is different from what was assumed or expected , or because of bad weather , or
because of errors or omissions in his or its bid on the Contract price , or except as otherwise
provided in the Contract Documents because of any other causes whatsoever. Execution of
this Contract by the Contractor is a representation that the Contractor has visited the site ,
become familiar with the local conditions under which the Work is to be performed , and
correlated personal observations with the requirements of the Contract Documents .
The Contractor shall protect the entire Work , all materials under the Contract and
the County ' s property ( including machinery and equipment ) in , or on , or adjacent to the site
of the Work until final completion and Work , from the action of the elements , acts of other
contractors , or except as otherwise provided in the Contract Documents , and from any other
causes whatsoever; should any damage occur by reason of any of the foregoing , the
Contractor shall repair at his , or its , own expenses to the satisfaction of the County or its
Project Manager . Neither the County nor its officers , employees or agents assume any
responsibility for collection of indemnities or damages from any person or persons causing
injury to the Work of the Contractor .
At his , or its expense , the Contractor shall take all necessary precautions ( including
without limitation ) the furnishing of guards , fences , warnings signs , walks , flags , cables and
lights for the safety of and the prevention of injury , loss and damage to persons and property
( including without limitation ) in the term persons , members of the public , the County and its
employees and agents , the Project Manager and his employees , Contractor ' s employees , his
or its subcontractors and their respective employees , other contractors , their
subcontractors and respective employees , on , about or adjacent to the premises where said
Work is being performed , and shall comply with all applicable provisions of safety laws , rules ,
ordinances , reguirations and orders of duly constituted public authorities and building codes .
The Contractor assumes all risk of loss , damage and destruction to all of his or its
materials , tools appliances and property of every description and that of his or its
subcontractors and of their respective employees or agents , and injury to or death of the
Contractor , his or its employees , subcontractors or their respective employees or agents ,
including legal fees , court costs or other legal expenses , arising out of or in connection with
the performance of this Contract .
g: \atty \agreemnt \PHILLIPS — 7 —
13 . INDEMNITY
Contractor agrees to pay of behalf of , protect , defend , reimburse , indemnify and hold
the County , its agents , employees , elected officers and representatives and each of theen ,
(hereinafter collectively and for the purposes of this paragraph , referred to as " County " ) ,
free and harmless at all times from and against any and all claims , liability , expenses , losses ,
costs , fines and damages , including attorney ' s fees , and causes of action of every kind and
character against County by reason of any damage to property or the environment , or bodily
injury ( including death ) incurred or sustained by any party hereto , or of any party acquiring
any interest hereunder , any agent or employee of any party hereto or of any party acquiring
an interest hereunder , and any third or other party whomsoever , or any governmental agency ,
arising out of or in incident to or in connection with Contractor ' s performance under this
Contract , the condition of the premises , Contractor ' s acts , or omissions or operations
hereunder , or the performance , non - performance or purported performance of the
Contractor of any breach of the terms of this Contract; provided however that Contractor
shall not be responsible to County for damages resulting out of bodily injury or damages to
property which Contractor can establish as being attributable to the sole negligence of
County , its respective agents , servants , employees or officers .
Contractor further agrees to pay on behalf of and hold harmless and indemnify County
for any fines , citations , court judgments , insurance claims , restoration costs or other liability
resulting from its activities on the project , whether or not Contractor was negligent or even
knowledgeable of any events precipitating a claim or arising as a result of any situation
involving Contractor ' s activities .
Said indemnification by Contractor shall be extended to include all deliverers ,
suppliers , furnishers of material or anyone acting for , on behalf of , or at the request of
Contractor . Contractor recognizes the broad nature of this indemnification and hold
harmless clause and voluntarily makes this covenant. In conformance with Section 725 . 06
Florida Statutes , the specific consideration given for the promises of the Contractor set
forth with regard to this indemnification and hold harmless clause is $ 10 . 00 in hand paid by
the County to the Contractor Las a portion of the contract price , receipt thereof is hereby
acknowledged and the adequacy of which the Contractor accepts as completely i ulfilling the
obligations of the County under the requirement of Section 725 . 06 Florida Statutes . This
indemnifice.tion and hold harmless survives acceptance of the Work . This c= lause of the
Contract will extend beyond the term of the Agreement for a period of ten ( 10 ) years after
the date of the acceptance of the Work by the County .
9 : \atty \a9reemnt \PHILLIPS — 8 —
14 . INSPECTION
The project will be inspected by the Project Manager for the County and will be
rejected if it is not in conformity with the Contract provisions . Rejected work will be
immediately corrected by the Contractor. When the work is substantially completed , the
Contractor shall notify the County in writing that the work shall be ready for final inspection
on a def inite date , at least three ( 3 ) calendar days thereafter , which shall be stated in such
notice.
15. INSURANCE
Commercial Ueneral Liability :
The Contractor shall maintain and , prior to commencement of this contract , provide
the County with evidence of commercial general liability insurance to include : 1 )
premises /operations , products/completed operations , ( including XCU hazards ) and personal
and advertising injury -( or limits of not less than $ 1 ,000 ,000 per occurrence , 2 ) fire damage
for limits o ; not less than $ 100 ,000 per occurrence, 3 ) medical payments for limits not less
than $ 5 ,000 per person and 4 ) a general , per contract/ project , aggregate limit of not less
than $ 2 ,000 ,000 . The policy shall also provide the County will be giver, a thirty (30) day
writter. notice of cancellation or non- renewal and include County as an additional insured .
Business Automobile Liability :
The Contractor shall maintain and , prior to commencement of this contract , provide
the County with evidence of business automobile liability insurance to include : 1 ) coverage for
any ClUtomobile for limits of not less than $ 1 ,000 ,000 combined single limif ( bodily injury &
property damage ) per accident and 2 ) Personal Injury Protection ( Florida no - fault ) with full
statutory limits . The policy shall also provide the County will be given a thirty (30) day
written notice of cancellation or non -renewal and include County as an additional insured .
Workers' Compensation and Employers Liability :
The Contractor shall maintain and , prior to commencing any work pursuant to this
contract , provide the County with evidence of workers ' compensation insurance providing
Florida sta7utory ( F . S . 440 ) limits to cover all employees and include Employers Liability
coverage with limits of not less than $ 500 ,000 for accidents or disease . The policy shall also
provide the County .vitt be given a thirty ( 30 ) day written notice of cancellation or no .; -
renewal .
9 : \atty \a9;eemnt \PHILLIPS — 9 —
16 . DEFAULT ; TERMINATION
A . FOR CAUSE
If either party fails to fulfill its obligations under this Contract in a timely and
proper manner , the other party shall have the right to terminate this Contract by giving
written notice of any deficiency and by allowing the party in default seven (7) calendar days
to correct the deficiency. If the defaulting party fails to correct the deficiency within this
time , this Contract shall terminate at the expiration of the seven ( 7 ) calendar day time
period .
With regard to the Contractor , the following items shall be considered a
default under this Contract :
( 1 ) If the Contractor should be adjudged bankrupt , or if he , or it , should
make a general assignment f or the benefit of his , or its , creditors , or if a receiver should be
appointed on account of his , or its , insolvency .
( 2 ) If the Contractor should refuse or fail , except in cases for whish an
extension of time is provided , to supply enough properly skilled workmen or proper material
or if the Contrcctor should fail to make prompt payment for materials , or labor or other
services entering into the work .
( 3 ) If the Contractor disregards laws , ordinances , or the instructions of the
Project Manager or otherwise be guilty of a substantial violation of the provisions of the
Contract .
In the event of termination , the County may take possession of the premises and al !
materials , tools , and appliances , thereon and finish the work by whatever method it may deem
expedient . In such cases , the Contractor shall only be entitled to receive payment for work
satisfactorily completed prior to the termination date . If such expense of finishing the work
shall exceed such unpaid balance the Contractor shall pay the dif Terence to the County . he
expense incurred by the County as herein provided , and the damage incurred through the
Contractor ' s default , shall be certif ied by the Project Manager .
B . WITHOUT CAUSE
Either party may terminate the Contract without cause at any time upon thirt,.
( 30) calendar days prior written notice to the other party . In the event of termination , the
g : \atty \agreemnt \ PHILLIPS — 10 —
County shall compensate the Contractor for all authorized work performed through the
termination date .
17 . NON DISCRIMINATION
Contractor covenants and agrees that Contractor shall not discriminate against any
employee or applicant for employment to be employed in the performance of the Contract
with respect to hiring , tenure , terms , conditions or privileges of employment , or any matter
directly or indirectly related to employment because of age , sex or physical handirops ( except
where based on a bonafide occupational qualification ), or because of marital status , race ,
color , religion , national origin or ' ancestry .
18 . VERIFICATION OF EMPLOYMENT STATUS
Contractor agrees that it shall bear the responsibility for verifying the employment
status , under the Immigration Reform and Control act of 1986 , of all persons it employs in
the performance of the contract .
19 . FLORIDA PRODUCED LUMBER
Contractor agrees to comply with the provisions of Section 255 . 20 , Florida Statutes ,
( 1999 ) where pertinent .
20 . ASBESTOS - FREE MATERIALS
Contractor shall not use any asbestos or asbestos - based fiber materials in the Work
'Performed under this Contract .
21 . ASSIGNMENT
The County reserves the right to freely assign this Contract . The Contractor , however ,
shall not assign this Contract to any other persons or firm without first obtaining Cou ; ; ty ' s
written approval .
22 . ATTORNEYS ' FEES AND COSTS
In the event of any dispute concerning the terms and conditions of this Ccntra :. t or
in the event of any action by any party to this Contract to judicially interpret or enfo : - ce this
Contract or any provision hereof , or in any dispute arising in any manner frorr: this
Contract , subject to the provisions of Section 768 . 28 , Florida Statutes and in no way altering
g : \ 13tty \agreemnt \ PHILLIPS
1
the extent of the County 's liability under 768 . 28 , Florida Statutes , the prevailing party shall
be entitled to recover its reasonable costs , fees and expenses , including but not limited to ,
witness fees , expert fees , consultant fees , attorney , paralegal and legal assistant fees ,
costs and expenses and other professional fees , costs and expenses , whether suit be brought
or not , and whether any settlement shall be entered in any declaratory action , at trial or on
appeal . The liability of the Contractor and its surety or sureties , if any , for such fees and
costs is joint and several .
23 . NOTICES
All notices or other communications hereunder shall be in writing and shall be deemed
duly given if delivered in person or sent by certified mail return receipt requested and
addressed as follows :
If to County : With copies to :
St . Lucie County Administrator St. Lucie County Attorney
2300 Virginia Ave . 2300 Virginia Avenve
Administration Annex Administration Annex
Fort Pierce , FL 34982 Fort Pierce , FL 3+ 982
If to Contractor :
AshBritt , Inc .
1280 S . W. 36th Avenue , Suite 102
Pompano Beach , FL 33069
24 . NON - WAIVER
The rights of the parties under this Contract shall be cumulative and the failure of
e ; 1her party to exercise properly any rights given hereunder shall' not opera-'e to forfeit any
of the said rights .
25 . CONFLICT OF INTEREST
The Contractor represents that it presently has no interest and shall acquire no
interest , either direct or indirect , which would conflict in any manner wit !, the performance
of services required hereunder , as provided for in Florida Statutes 112 . 311 . The Contractor
9 : \atty \a9reemnt \PHILLIP5 . 12 —
further represents that no person having any interest shall be employed for said
performance .
The Contractor shall promptly notify the County in writing by certified mail of all
potential conflicts of interest prohibited by existing state law for any prospective business
association , interest or other circumstance which may influence or appear to influence the
Contractor ' s judgment or quality of services being provided hereunder. Such written
notif ication shall identify the prospective business association , interest or circumstance , the
noture of work that the Contractor may undertake and request an opinion of the County as
to whether the association , interest or circumstance would , in the opinion of the County ,
constitute a conflict of interest if entered into by the Contractor . The County agrees to
notify the Contractor of its opinion by certified mail wi shin thirty ( 30 ) days - of receipt of
notif ication by the Contractor . If , in the opinion of the County , the prospective business
association , interest or circumstance would not constitute a conflict of interest by the
Contractor , the County shall so state in the notif ication and the Contractor shall , at his /her
option : , enter into said association , interest or circumstance and it shall be deemed not in
conf lict o ; interest with respect to services provided to the County by the Contoactor under
the terms of this Contract .
26 , DISPUTE RESOLUTION
Any disputes relating to interpretation of the terms of this Coiitact or a question of
Tact or arising under this Contract shall be resolved through good faith efforts upon the part
of the Contractor and the County or its Project Manager. At all times , the Contractor shall
carry on the work and maintain its progress schedule in accordance with the requirements of
the Contract and the determination of the County or its representatives , pending resolution
of the dispute . Any dispute which isnot resolved by mutual agreement shall be decided by the
County Administrator who shall reduce the decision to writing . The decision of the County
shall be final and conclusive unless determined by a court of competent jurisdiction to be
fraudulent , capricious , arbitrary , so grossly erroneous as to necessarily iriply bad faith , or
not be supported by substantial evidence.
2. 7. MEDIATION
Prior to initiating any litigation concerning this Contract , the parties agree to submit
the disputed issue or issues to a mediator for non - binding mediation . The parties shall agree
on a mediator chosen from a list of certified mediators available from the Clerk of Court for
St . Luce County . The fee of the mediator shall be shard equally by the rarties . To the
extent allowed by law , the mediation process shall be confidential and the results of the
9: \atty\a9reemnt \PHILLIPS — 13 —
mediation or any testimony or argument introduced at the mediation shall not be admissible
as evidence in any subsequent proceeding concerning the disputed issue .
28 . I_NTERPRETATION ; VENUE
This Contract constitutes the entire agreement between the parties with respect to
the subject matter hereof and supersedes all prior verbal or written agreements between
the parties with respect thereto . This Contract may only be amended by written document ,
properly authorized , executed and delivered by both partics hereto . This Contrcct shall be
interpreted as a whole unit and section headings are for convenience only . All interpretations
shall be governed by the laws of the State of Florida . In the event it is necessary for either
party to initiate legal action regarding this Contract , venue shall be in the Ninetee :-ith Judicial
circuit for St . Lucie County , Florida , for claims under state law and the Southern District of
Florida for any claims which are justiciable in federal court .
29 . PUBLIC CONSTRUCTION BOND
The Contractor shall , upon execution and return of any Work Authorization to the
County , f urnish to the County a public construction bond using the form identif ied in Section
255 .05 , Florida Statutes or incorporating all of the terms and conditions set forth therein
and covering the faithful performance of this Work Authorization and the payment of all
obligations arising hereunder in the amount of one hundred percent ( 100 % ) of the Contract
amount. The liability of the Contractor and its surety or sureties for the faithful
performance of this Contract and the payment of all obligations arising hereunder is joint and
several . The Contractor shall record the public construction bond in the Official Records for
St. Lucie County and provide the County with a copy of the recorded bond .
The public construction bond required hereunder shall meet the following minimum
standards :
A . The surety issuing the bond must be licensed to do business in the State of
Florida , hold a certif icate of authorization to write surety bonds in the State ,
hold a currently valid certif icate of authority issued by the United States
Department of the Treasury , and otherwise be in compliance with the
provisions of the Florida Insurance Code.
B . The attorney- in - fact must provide a certified copy of his or her power of
attorney to sign the bond .
C. The name , address and telephone number of the surety and its agent must be
listed on the bond .
g= \atty\agreemnt \PHILLIPS — 14 —
D . The surety shall have twice the minimum surplus and capital required by the
Florida Insurance Code at the time the Work Authorization is issued .
IN WITNESS WHEREOF , the parties hereto have accepted , made and executed this
Agreement in counterparts each of which shall be treated as an original upon the terms and
conditions above stated .
BOARD OF COUNTY COMMISSIONERS
ATTEST : ST . LUCIE COUNTY , FLORIDA
BY :
CLERK CHAIRMAN
APPROVED 5 TWFORM D
CORRECTN 5
COUNTY ATT. N
WITNESSES : ASHBRII I C .
BY :
Print Name : 1412v!
1
Title : �� �� � /�
g : \atty \agreemnt \PHILLIPS — ' S —
f�
Compensation
St. Lucie County requested that the Contractor provide an outline of scope of services .
Following is a range of services used on prior and current AshBritt contracts . All pricing
is subject to negotiation with the St . Lucie County Purchasing Department . Ashbritt
ensures that all pricing will fall within acceptable FEMA reimbursement guidelines
Compensation Based on Multiple Potential Disaster Events
Description of Scope Of Work Rate of
Event Compensation
Spot Jobs - Localized AshBritt, may be called upon to provide removal , hauling , and / or sizing of , material by Schedule
A
chain saw of localized woody debris. Work would most likely be executed assisting (Hourly Rates)
local government resources.
1 . Small Event - County Wide AshBritt will provide all necessary supervision , labor ,, and equipment to clear , remove ,
and 0- 15 haul distance $8 . 60 CY
Collection of Vegetative haul vegetative debris from the public right -of-way to a designated disposal site . The debris 0-30
haul distance $9 . 75 CY
Debris quantity would not be great enough to require specialized reduction in volume such as by
grinding or burning
2 . Significant Event - County AshBritt will provide all necessary supervision , labor, and equipment to clear, remove , and
0- 15 haul distance $ 12 . 75 CY
Wide removal of Mixed haul all types of debris from the public right-of-way to a designated disposal site . Debris 0-30
haul distance $ 14 . 75 CY
Debris - Vegetation, and C& D stream will primarily be vegetation but will also include building debris such as roofing ,
siding , signage , and other light construction debris .
3 . Significant or Catastrophic AshBritt will provide all necessary supervision , labor , and equipment to clear priority Schedule
A
Event - Initial Push roadways of major debris after a significant or cacstrophic event . Debris will be pushed to (
Hourly Rates )
right of way to allow vehicular traffic .
4 . Catastrophic Event County AshBritt will provide all necessary supervision , labor , and equipment to clear , remove , and
0 - 15 haul distance $ 16 . 50 CY
Wide removal of Mixed haul all types of debris from the public right-of -way to a designated disposal site . Debris 0
-30 haul distance $ 19 . 00 CY
Debris - Vegetation, C& D, steam will include whole trees , heavy building materials , building interiors , & household
Household & Environmental environmental waste products . Hazardous waste will be identified and contained .
Waste Remediation or disposal may require a separate contract .
5 . Significant or Catastrophic AshBritt will prepare the site , mobilize equipment , manage , operate , and restore upon $4
. 50 CY
Event - Site Management closure one or more mixed debris disposal sites . Tasks to include traffic control ,
debris processing and separation , recycling , reduction by grinding or burning , reporting ,
and management .
Compensation Based on Multiple Potential Disaster Events1: ) I J
Description of Scope Of Work Rate of
Event Compensation
Spot Jobs - Localized AshBritt may be called upon to provide removal , hauling , and / or sizing of material by Schedule
A
chain saw of localized woody debris . Work would most likely be executed assisting ( Hourly Rates )
local government resources .
1 . Small Event - County Wide AshBritt will provide all necessary supervision , labor , and equipment to clear , remove , and 0-
15 haul distance $8 . 60 CY
Collection of Vegetative haul vegetative debris from the public right-of-way to a designated disposal site . The debris 0-30
haul distance $9 . 75 CY
Debris quantity would not be great enough to require specialized reduction in volume such as by
grinding or burning
2 . Significant Event - County AshBritt will provide all necessary supervision , labor, and equipment to clear, remove , and
0- 15 haul distance $ 12 . 75 CY
Wide removal of Mixed haul all types of debris from the public right-of-way to a designated disposal site . Debris 0-30 haul
distance $ 14 . 75 CY
Debris - Vegetation, and C& D stream will primarily be vegetation but will also include building debris such as roofing ,
siding , signage , and other light construction debris .
3 . Significant or Catastrophic AshBritt will provide all necessary supervision , labor , and equipment to clear priority Schedule
A
Event - Initial Push roadways of major debris after a significant or cacstrophic event . Debris will be pushed to (
Hourly Rates )
right of way to allow vehicular traffic .
4 . Catastrophic Event - County AshBritt will provide all necessary supervision , labor , and equipment to clear , remove ,
and 0- 15 haul distance $ 16 . 50 CY
Wide removal of Mixed haul all types of debris from the public right-of-way to a designated disposal site . Debris 0-30 haul
distance $ 19. 00 CY
Debris - Vegetation, C& D, steam will include whole trees , heavy building materials , building interiors , & household
Household & Environmental environmental waste products . Hazardous waste will be identified and contained .
Waste Remediation or disposal may require a separate contract .
5 . Significant or Catastrophic AshBritt will prepare the site , mobilize equipment , manage , operate , and restore upon $4
. 50 CY
Event - Site Management closure one or more mixed debris disposal sites . Tasks to include traffic control ,
debris processing and separation , recycling , reduction by grinding or burning , reporting ,
and management.