HomeMy WebLinkAbout2552 IFB 23/24-10 Tennis & Pickleball Court Improvements4)Y OF
SXNFORD
FINANCE DEPARTMENT �
Thursday, May 02, 2024
PURCHASING DEPARTMENT
TRANSMITTAL MEMORANDUM
To: City Clerk/Mayor
RE: IFB 23/24-10 Tennis & Pickleball Court Improvements
The item(s) noted below is/are attached and forwarded to your office for the following action(s):
❑
Development Order
❑
Mayor's signature
❑
Final Plat (original mylars)
❑
Recording
❑
Letter of Credit
❑
Rendering
❑
Maintenance Bond
®
Safe keeping (Vault)
❑
Ordinance
❑
Deputy City Manager
❑
Performance Bond
❑
Payment Bond
❑
Resolution
❑
City Manager Signature
❑
❑
City Clerk Attest/Signature
❑
City Attorney/Signature
Once completed, please:
❑ Return originals to Purchasing- Department
❑ Return copies
❑
Special Instructions: Safe keeping of P&P Bonds Contract and Agenda Item.
Glia y& Ka-iyerr
From
T:\Dept_forms\City Clerk Transmittal Memo - 2009.doe
5/2/2024
Date
This Instrument Prepared By & Return To
Ms. Marisol Ordonez
Purchasing Manager/City Hall SECTION 00605 Bond No. 100332710
300 N. Park- Ave., Sanford Fl, 32771 PROCUREMENT PERFORMANCE BOND
(100% of Contract Price)
KNOW ALL MEN BY THESE PRESENTS, that we,
Qualis General Contractors, LLC as
Principal/Contracto r, and Merchants National Bonding, Inc
as Surety, are held and firmly bound unto the CITY OF SANFORD, FLORIDA, as a
municipal corporation of the State of Florida, as Obligee/City, in the sum of"(Written Dollar
Amount) dollars ($324,248.00 ) lawful money of the United
States of American, for the payment of which well and truly to be made, we bind ourselves,
our heirs, executors, administrators, successors, and assigns, jointly and severally by these
presents.
"Three Hundred Twenty Four Thousand Two Hundred Forty Eight and 00/100 Dollars
WHEREAS, Contractor has by written agreement dated March 19th , 2024_, entered
into a Contract with the City of Sanford in accordance with a bid (whether a proposal,
response or other submission, by whatever name or of whatever nature) issued by the City
for the furnishing of all labor, materials, equipment, machinery, tools, apparatus, means of
transportation for, and the performance of the work covered in the procurement documents
which relative to the City's purchasing or procurement solicitation entitled
IFB 23/24-10 Tennis & Pickleball Court Improvements
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall
promptly and faithfully perform said Contract as obligated to do so for the City and in
accordance with all terms and conditions of the Contract, then this obligation shall be null and
void; otherwise, it shall remain in full force andeffect.
THE SURETY HEREBY WAIVES notice of any alteration or extension of time made
by the City.
WHENEVER CONTRACTOR SHALL BE AND DECLARED by the City to be in default
under the Contract, the City having performed City's obligations thereunder, the Surety may
promptly remedy the default or shall promptly:
(1). Complete the Contract in accordance with its terms and conditions to include,
but not hP of performance which is of the essence; or
Main a bid or bids for completing the Contract in accordance with its
t,i determination by Surety of the most responsible bidder, or if
ti zCL 'y �" `� nation by the City and the Surety jointly of the most responsible
b t between such bidder and the City, and make available as work
pi ;hould be a default or a succession of defaults under the contract or
C( ►ed under this paragraph) sufficient funds to pay the cost of
cc me uaiance of the contract price; but not exceeding, including other costs and
damages for which the Surety may be liable hereunder, the amount set forth in the first
paragraph hereof. The term "balance of the contract price", as used in this paragraph, shall be
paid to the Contractor under the contract and any amendments thereto, less the amount properly
paid by the City to the Contractor.
NO RIGHT OF ACTION SHALL ACCRUE on this bond to orforthe use of any person or
GRANT MALOY, SEMINOLE COUNTY
1 1 P a g e CLERK OF CIRCUIT COURT & COMPTROLLER
CFN# 2024033148 Bk:10612 Pg:974-978(5Pgs)
REC: 04/15/2024 2:37:01 PM by hdevore
RECORDING FEES $44.00
SECTION 00605
PROCUREMENT PERFORMANCE BOND
(100% of Contract Price)
corporation other than the City named herein or the heirs, executors, administrators, or
successors of the City.
NOTICE TO THE OBLIGEE that this Bond will expire prior to performance of the
Principal's obligations shall be deemed a default. Notices under this bond shall be directed
to the City Manager at the City Hall of the City of Sanford. And notices to the Principal and
Surety shall be to their mailing addresses as set forth in the records of the Florida
Department of State.
THIS BOND SHALL BE KEPT IN FULL FORCE AND EFFECT by the Principal at
all times until release by the Obligee. In the event of any material change, cancellation,
expiration or non-payment of premiums, the Surety shall notify the City by certified mail or
registered mail, return receipt requested, at least thirty (30) days prior to the effective date
of the change, cancellation, or expiration of this Bond. Notice to the Obligee that this Bond
will expire prior to performance of the Principal's obligations shall be deemed a default.
SIGNED, SEALED AND DATED THIS DAY OF March 20 24
[Signature lines in a legally binding form.]
ACCEPTED BY:
ATTEST. CITY OF SA OR A
mit, 5 FIA1i
i
'I//fit{• I{1nI IL P /}1 ////"{) `' pr C � .♦ 9.
Traci Houchin, MMC, FCRM Art Woo&uff g
City Clerk Mayor, City of Sanford, Florida
Date:
Approved as to form and legality:
Surety: Merchants National Bonding, Inc
illiam L. Colbert, City AttorneyT
Kevin Wojtowicz, Attorney -in -Fact
Note: (1). Write in the dollar amount of the bond, which must the same as the amount bid in the
Solicitation.
(2). All bonds signed by an agent must be accompanied by a certified copy of such
agent's authority to act.
(3). Attorneys -i n -fact who sign Bid Bonds or Contract Bonds must filewith each bond a certified.
(4). Date of the Bond must not be prior to date of Agreement. If CONTRACTOR is a joint venture,
all ventures shall execute the Bond. If CONTRACTOR is Partnership, all partners shall execute
Bond. IMPORTANT: Surety companies executing Bonds must appear on the Treasury
Department's most current list (Circular 570 as amended) and be authorized to transact
business in the State of Florida, unless otherwise specifically approved in writing by OWNER.
2 1 P a g e
PROCUREMENT PAYMENT BOND
SECTION 00610 Bond No. 100332710
(100% of Contract Price)
KNOW ALL MEN BY THESE PRESENTS, that we,
Qualis General Contractors, LLC as Principal/Contractor, and
Merchants National Bonding, Inc as Surety, are held and firmly
bound unto the CITY OF SANFORD, FLORIDA, as a municipal corporation of the State of
Florida, as Obligee/City, in the sum of -- (Written Dollar Amount) dollars
($ 324,248.00 ) lawful money of the United States of
American, for the payment of which well and truly to be made, we bind ourselves, our heirs,
executors, administrators, successors, and assigns, jointly and severally by these presents.
*"Three Hundred Twenty Four Thousand Two Hundred Forty Eight and 00/100 Dollars
WHEREAS, Contractor has by written agreement dated March 19th , 2024__, entered
into a Contract with the City of Sanford in accordance with a bid (whether a proposal,
response or other submission, by whatever name or of whatever nature) issued by the City
for the furnishing of all labor, materials, equipment, machinery, tools, apparatus, means of
transportation for, and the performance of the work covered in the procurement documents
which relative to the City's purchasing or procurement solicitation entitled
IFB 23/24-10 Tennis & Pickleball Court Improvements
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if said
Contractor and all subcontractors to whom any portion oftheworkprovided for in said Contractis
sublet and all assignees of said Contract and of such subcontractors shall promptly make
payments to all persons supplying him or them with labor, products, services, or supplies for or
in the prosecution of the work provided for in such Contract, or in any amendment orextension
oforaddition to said Contract, and forthe payment of reasonable attorney's fees, incurred by the
claimants in suits on this bond, then the above obligation shall be void; otherwise, it shall remain
in full force and effect.
HOWEVER, this bond is subject to the following conditions and limitations:
(1). Any person, firm or corporation that has furnished labor, products, or supplies
for or in the prosecution of the work provided for in said Contract shall have a direct right of
action against the Contractor and Surety on this bond, which right of action shall be asserted in
a proceeding, instituted in Seminole County, Florida. Such right of action shall be asserted in
proceedings instituted in the name of the claimant or claimants for his or their use and benefit
against said Contractor and Surety or either of them (but not later than one year afterthe final
settlement of said Contract) in which action such claim or claims shall be adjudicated and
judgment rendered thereon.
(2). The Principal and Surety hereby designate and
appoint Michael Megahan as the
agent of each of them to receive and accept service of process or other pleading issued orfiled in
any proceeding instituted on this bond and hereby consent that such service shall be the same as
personal service on the Contractor and/or Surety.
(3). This bond is given pursuant to and in accordance with the controlling provisions
of Section 255.05(1) Florida Statutes, and all the provisions of the law referring to this
11Page
PROCUREMENT PAYMENT BOND
SECTION 00610
(100% of Contract Price)
character of bond as set forth in any sections or as may be hereinafter enacted, and these are
hereby made a part hereof to the same extent as if set out herein in full.
NOTICE TO THE OBLIGEE that this Bond will expire prior to performance of the
Principal's obligations shall be deemed a default. Notices under this bond shall be directed
to the City Manager at the City Hall of the City of Sanford. And notices to the Principal and
Surety shall be to their mailing addresses as set forth in the records of the Florida
Department of State.
THIS BOND SHALL BE KEPT IN FULL FORCE AND EFFECT by the Principal at
all times until release by the Obligee. In the event of any material change, cancellation,
expiration or non-payment of premiums, the Surety shall notify the City by certified mail or
registered mail, return receipt requested, at least thirty (30) days prior to the effective date
of the change, cancellation, or expiration of this Bond. Notice to the Obligee that this Bond
will expire prior to performance of the Principal's obligations shall be deemed a default.
SIGNED, SEALED AND DATED THIS 91J'�DAY OF March
[Signature lines in a legally binding form.]
ACCEPTED BY:
ATTEST:
Traci Houchin, MMC, FCRM
City Clerk
Approved as to form and legality:
Surety: Merchants National Bonding, Inc
, Alle
imam L. Colbert, City Attorney
Kevin Wojtowicz, Attorney -in -Fact
NOTES: (1). Write in the dollar amount of the bond, which must the same as the amount bid in the
Solicitation.
(2). All bonds signed by an agent must be accompanied by a certified copy of such
agent's authority to act.
(3). Attorneys-in-factwho sign Bid Bonds orContract Bonds mustfilewith each bond a certified.
(4). Date of the Bond must not be prior to date of Agreement. If CONTRACTOR is a joint
venture, all venturers shall execute the Bond. If CONTRACTOR is Partnership, all
partners shall execute Bond. IMPORTANT: Surety companies executing Bonds must
appear on the Treasury Department's most current list (Circular 570 as amended)
and be authorized to transact business in the State of Florida, unless otherwise
specifically approved in writing by OWNER. ATTACH a certified Power -of -Attorney
appointing individual Attorney -in -Fact for execution of Performance Bond on behalf of
Surety.
2 1 P a g e
CITY OF SANF
2024
Mayor, Cit .of Sanford, Florida
Date: ��,1
MERCHANT
BONDING COMPANY
POWER OF ATTORNEY
Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
both being corporations of the State of Iowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the
"Companies") do hereby make, constitute and appoint, individually,
Kevin Wojtowicz; Laura D Mosholder; Tracey C Brown
their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of
persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions
or proceedings allowed by law.
This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board
of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of
Merchants National Bonding, Inc., on October 16, 2015.
"The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and
authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto,
bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof."
"The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney
or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the
Company, and such signature and seal when so used shall have the same force and effect as though manually fixed."
In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the
Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction
contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department
of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of
its obligations under its bond.
In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given
to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner -
Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation.
In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 8th day of December 2022 -
..`•'""'•••. ......... MERCHANTS BONDING COMPANY (MUTUAL)
`•••�P�`0 ly ..0 A� •�• : `p*. .. p.CO,�A MERCHANTS NATIONAL BONDING, INC.
l�4 p � : 0 ••�(� 09 9 . d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY
co
2003 y 1933 � By
:�Q1` • .��•.....• `1•• President
STATE OF IOWA �'•. %� .`' ' • '
COUNTY OF DALLAS ss.
On this 8th day of December 2022 before me appeared Larry Taylor, to me personally known, who being by me duly sworn
did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the
seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf
of the Companies by authority of their respective Boards of Directors.
�1T1 `I^J s Kim Lee
o q Commission Number ll}2737
My Commission Expires
``+✓
• ,�.,,,�. April 144, 2 2024
Notary Public
(Expiration of notary's commission does not invalidate this instrument)
I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby
certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in full
force and effect and has not been amended or revoked.
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 28th day of March 2024
0 N4
�.%y��o�tpOr;,4•ep: :Oo,.ORPOg9.9y: `�/ , ��'
2003 :-,4) • y 1933 c •
N Secretary
POA 0018 (10/22)
Docusign Envelope ID: 03BAEE24-5E77-40F4-AC90-CF40DEDD1 E85
CITY
YOO OF
.. Ski4F®RD
FINANCE DEPARTMENT
SECTION 00520
PART 1 GENERAL
1.01 THIS AGREEMENT, made and entered into the 19th day of March , 2024
by and between the City of Sanford, Florida. 300 North Park Avenue, Sanford, Florida
32771, a municipal corporation of the State of Florida, holding tax exempt status,
hereinafter referred to as the "CITY" (also referred to as "OWNER") and Qualis General
Contractors, LLC. 8527 Trail Wind Dr. Tampa, FL 33647. Hereinafter referred to as the
"CONTRACTOR". The CITY and the CONTRACTOR are collectively referred to herein
as the Parties.
1.02 The Owner and Contractor Agree as Follows:
A. The Contract Documents include the Agreement, Addenda (which pertain to the
Contract Documents), Contractor's Bid, Notice to Proceed, the Bonds, the
General Conditions, the Supplementary Conditions, the Specifications listed in
the Index to the Project Manual, any technical specifications as incorporated by
the Project Manual; the Drawings as listed in the Project Manual, all Written
Amendments, Change Orders, Work Change Directives, Field Orders, Engineer's
written interpretations and clarifications issued on or after the Effective Date of
this Agreement, and all documents which are fully a part of the Contract with the
City are identified by title and number as set forth below and are available for
review at and downloading from the City's Web site (site in full) and all
documents are agreed to be incorporated into the Contract as if physically
attached to the Contract and are, further, agreed to be incorporated into the
Contract as if fully set forth therein verbatim. The Contract Documents include:
Section 00410 Bid Submission Form (required form)
2. Section 00420 Bid Bond Form (required form)
3. Section 00425 Security and Public Requirements
4. Section 00432 Non -Collusion Affidavit
5. Section 00434 Conflict of Interest Affidavit
6. Section 00435 Recycled Content Report
7. Section 00436 Public Entities Crime Statement Affidavit
8. Section 00438 Compliance with the Public Records Law Affidavit
9. Section 00440 Bidder Qualifications Affidavit (required form)
10. 00442 Receipt of Exempt Public Records and Agreement to Section
Safeguard
11. Section 00450 Certificate of Non -Segregated Facilities Form
12. Section 00452 Disputes Disclosure Affidavit
13. Section 00454 Drug Free Workplace Affidavit
14. Section 00455 Certification Regarding Non -Scrutinized Companies
(required form)
15. Section 00456 Unauthorized (Illegal) Alien Workers Affidavit
16. Section 00458 E -verify Compliance Affidavit (required form)
AGREEMENT 520
IFB 23124-10 Tennis & Pickleball Court Improvement
00520-1
DocuSign Envelope ID: 03BAEE24-5E77-40F4-AC90-CF40DEDD1 E85
0 CITY OF
Ski4FORD
FINANCE DEPARTMENT
17. Section 00460 Americans with Disabilities Act Affidavit (required form)
18. Section 00462 Financial Information Form (requested by City)
19. Section 00463 Florida Trench Safety Act Management (if required)
20. Section 00470 Criminal Background Check, (required form)
21. Section 00505 Notice of Intent to Award
22. Section 00510 Notice of Award
23. Section 00520 Agreement Form
24. Section 00530 Notice to Proceed Form
25. Section 00605 Performance Bond Form
26. Section 00610 Payment Bond Form
27. Section 00615 Material and Workmanship Bond form
28. Section 00617 Consent of Surety to Final Payment (required form)
29. Section 00618 Insurance Requirements (required form)
30. Section 00620 Vendor-ACH-W-9 Package
31. Section 00624 Incentive/Liquidated Damages Payments Designation
(required form)
32. 00625 Contractor's Application for Payment Form
33. 00626 Certificate of Substantial Completion
34. 00627 Certificate of Final Completion
35. 00640 Contractor's Partial Release of Lien Form
36. 00641 Subcontractor's Final Release of Lien Form
37. 00642 Subcontractor's Supplier Release of Lien Form
38. 00644 Subcontractor's Partial Release of Lien Form
39. Section 00645 Contractor's Release of Lien Form
40. Section 00700 General Conditions
41. Section 00800 Supplementary Conditions
42. Section 00820 Debarment Certification
43. Section 00825 Subcontractor Debarment- Certification
44. Section 00835 Equal Employment Opportunity
45. Section 00840 Project Field Order Form
46. Section 00845 Work Directive Change Form
47. Section 00850 Change Order Form
48. Section 00884 Vendor Performance Report
49. Section 00886 Project Activity Report
50. Section 00940 Field Order Addendum Receipt Acknowledgement
Certification
51. Attachment "A" Addendum Receipt Acknowledgement Certification
52. Attachment "B" Organization Information
53. Attachment "C" Reference Form
54. Attachment "D" Proposed Schedule of Subcontactor Participation
55. Attachment "F" Bid Price Schedule and Acceptance of Bid Terms and
Conditions
56. Proposed Scheduled of Subcontractors Participation
57. Bid Price Schedule and Acceptance of Bid Terms and Conditions
Additional document(s) that are not specifically listed in Paragraph
1.02.A.1 through 1.02.A.57, but which are included in the Project
Manual and any additional documents agreed upon by the Parties
shall be included as a part of the Contract.
These documents form the Contract and all are as fully a part of the Contract as
if attached to this Agreement or repeated herein. As the documents indicated
AGREEMENT 520
IFB 23124-10 Tennis & Pickleball Court Improvement
00520-2
DocuSign Envelope ID: 03BAEE24-5E77-40F4-AC90-CF40DEDD1 E85
CITY OF
S kI40
10FINANCEDEPARTMENT
above are executed, the date of final execution and initials of the individual who
received the executed document(s) is to be added to the blank next to the listed
document(s) when processed and made a part of the City's official set of
Contract Documents.
B. Scope of Work
The Contractor shall perform all work required by the Contract Documents for the
construction of the IFB 23124-10 Lee P. Moore Park Tennis & Pickleball Court
Improvement.
C. Contract Time
The Contractor shall begin work after the issuance of a written Notice to Proceed
from Owner and shall substantially complete the work within the Contract Time
identified in Paragraphs 1.02.C.5 of the Bid Form, which is 90 calendar days.
The work shall be finally complete, ready for Final Payment in accordance with
the General Conditions, within 30 calendar days from the actual date of
substantial completion.
D. Liquidated Damages
OWNER and CONTRACTOR recognize that time is of the essence of this
Agreement and that OWNER will suffer financial loss if the Work is not
substantially complete within the time specified in Paragraph C above, plus any
extensions thereof allowed in accordance with the General Conditions. They
also recognize the delays, expense and difficulties involved in proving in a legal
arbitration proceeding the actual loss suffered by OWNER if the Work is not
substantially complete on time. Accordingly, instead of requiring any such proof,
OWNER and CONTRACTOR agree that as liquidated damages for delay (but not
as a penalty) CONTRACTOR shall pay OWNER $ 1000.00 for each calendar
day that expires after the time specified in Paragraph C for substantial
completion until the work is substantially complete. It is agreed that if this Work
is not Finally completed in accordance with the Contract Documents, the
CONTRACTOR shall pay the OWNER as liquidated damages for delay, and not
as penalty, one-fourth ('/4) of the rate set forth above.
E. Contract Price
Unit Price Contract
The Owner will pay the Contractor in current funds for the performance of the
work, subject to additions and deductions by Change Order and subject to the
Measurement and Payment Provisions, and subject to actual constructed
quantities; the Total Contract Price of $324,248.00. Payments will be made to
the Contractor on the basis of the Schedule of Unit Prices included as part of the
Bid, which shall be as fully a part of the Contract as if attached or repeated
herein.
F. City of Sanford Tax Recovery
AGREEMENT 520
IFB 23124-10 Tennis & Pickleball Court Improvement
00520-3
DocuSign Envelope ID: 03BAEE24-5E77-40F4-AC90-CF40DEDD1E85
CITY OF
S,kiTF®F.D
0FINANCE DEPARTMENT
The CONTRACTOR shall cooperate with the CITY in the implementation of the
CITY's tax recovery program and, to that end; the CITY may make purchases
directly under its purchase order processes relative to various materials, supplies
and equipment that may be part of the services provided under this Agreement.
The CONTRACTOR hereby recognizes the right of the CITY to engage in tax
recovery/savings through direct purchases.
G. Payments
The Owner will make payments as provided in the General Conditions and
Supplementary Conditions.
H. Retainage
In accordance with the provisions of the State of Florida Local Government
Prompt Payment Act, the value of each application for payment shall be equal to
the total value of the Work performed to date, less an amount retained, and less
payments previously made and amounts withheld in accordance with the General
Conditions and Supplementary Conditions. Retainage for this project is 10%, to
be held by Owner as collateral security to ensure completion of Work. When the
Work is 50 percent complete, defined as being 50 percent complete based on the
construction progress schedule as updated during construction, and expenditure
of at least 50 percent of the total updated construction cost, retainage shall be
reduced in accordance with State law.
I. Architecture
The Project has been designed by Powell Studio Architecture referred to in the
documents as the Architecture.
J. Additional Terms and Conditions
The CONTRACTOR hereby warrants and represents to the CITY that it is
competent and otherwise able to provide professional and high quality
goods and/or services to the CITY by means of employees who are neat
in appearance and of polite demeanor.
2. All submissions submitted by the CONTRACTOR in the proposals/bid
submitted to the CITY are hereby incorporated herein to the extent not
inconsistent with the terms and conditions as set forth herein.
3. The CONTRACTOR acknowledges that the CITY may retain other goods
and/or service providers to provide the same goods and/or services for
CITY projects. The CONTRACTOR acknowledges that the CITY, at the
CITY's option, may request proposals from the CONTRACTOR and the
other goods and/or service providers for CITY projects. The CITY
reserves the right to select which goods and/or services provider shall
provide goods and/or services for the CITY's projects.
AGREEMENT 520
IFB 23/24-10 Tennis & Pickleball Court Improvement
00520-4
DocuSign Envelope ID: 03BAEE24-5E77-40F4-AC90-CF40DEDD1E85
CITY OF
0
FINANCE DEPARTMENT
4. The CONTRACTOR agrees to provide and ensure coordination between
goods/services providers.
5. Each party hereto represents to the other that it has undertaken all
necessary actions to execute this Agreement, and that it has the legal
authority to enter into this Agreement and to undertake all obligations
imposed on it. The person(s) executing this Agreement for the
CONTRACTOR certify that he/she/they is/are authorized to bind the
CONTRACTOR fully to the terms of this Agreement.
6. The CONTRACTOR hereby guarantees the CITY that all materials,
supplies, services and equipment as listed on a Purchase Order meet the
requirements, specifications and standards as provided for under the
Federal Occupations Safety and Health Act of 1970, from time to time
amended and in force on the date hereof.
7. It is agreed that nothing herein contained is intended or should be
construed as in any manner creating or establishing a relationship of co-
partners between the parties, or as constituting the CONTRACTOR
(including, but not limited to, its officers, employees, and agents) the
agent, representative, or employee of the CITY for any purpose, or in any
manner, whatsoever. The CONTRACTOR is to be and shall remain
forever an independent contractor with respect to all services performed
under this Agreement.
8. Persons employed by the CONTRACTOR in the provision and
performance of the goods and/or services and functions pursuant to this
Agreement shall have no claim to pension, workers' compensation,
unemployment compensation, civil service or other employee rights or
privileges granted to the CITY's officers and employees either by
operation of law or by the CITY.
9. No claim for goods and/or services furnished by the CONTRACTOR not
specifically provided for herein shall be honored by the CITY.
10. Execution of this Agreement by the CONTRACTOR is a representation
that the CONTRACTOR is familiar with the goods and/or services to be
provided and/or performed and with local conditions. The
CONTRACTOR shall make no claim for additional time or money based
upon its failure to comply with this Agreement. The CONTRACTOR has
informed the CITY, and hereby represents to the CITY, that it has
extensive experience in performing and providing the services and/or
goods described in this Agreement and that it is well acquainted with the
components that are properly and customarily included within such
projects and the requirements of laws, ordinance, rules, regulations or
orders of any public authority or licensing entity having jurisdiction over
the CITY's Projects.
11. Quality, Professional Standards, and Security Requirements
AGREEMENT 520
IFB 23124-10 Tennis & Pickleball Court Improvement
00520-5
DocuSign Envelope ID: 03BAEE24-5E77-40F4-AC90-CF40DEDD1E85
CITY OF
4)
FINANCE DEPARTMENT
a. Under this paragraph 11, the term "CONTRACTOR'S employees"
shall include CONTRACTOR'S agents, employees and
SUBCONTRACTORS extending to SUBCONTRACTORS agents
and employees.
b. The CONTRACTOR shall be responsible for the professional
quality, accepted standards, technical accuracy, neatness of
appearance of employees, employee conduct, safety, and the
coordination of all services furnished by the CONTRACTOR under
any Agreement resulting from this solicitation. The City reserves
the right to require all CONTRACTOR employees, when on City
property or work sites, to wear identification badges at all times
which, at a minimum, provides the name of the employee and the
CONTRACTOR.
The CITY reserves the right to require the CONTRACTOR to
provide to the CITY a list of employees working on the project.
Also, the list shall include employee working days, times and
assignments within forty-eight (48) hours of the CITY's written
request for such information. This information will be reviewed,
screened and verified by the CITY, prior to the employees of the
CONTRACTOR entering the CITY's premises and/or work sites.
d. The CONTRACTOR shall comply with Section 2-67 of the Sanford
City Code as it relates to security screenings of private contractors
and employees of private contractors. The CONTRACTOR shall
cause each person found by the City Commission to be
functioning in a position critical to the security and/or public safety
of the CITY by reason of access to any publicly owned or
operated facility to undergo the following inquiries and procedures
conducted by the City of Sanford:
1) Fingerprinting in accordance with the CITY's pre-employment
procedures;
2) Submission of the fingerprints to the Florida Department of
Law Enforcement for state criminal history evaluation; and
3) Submission of the fingerprints to the Federal Bureau of
Investigation for a national criminal history evaluation.
e. Such confidential information shall be used by the CITY to
determine a person's eligibility to function in such critical
employment position(s) as described. Additionally, the CITY may
request and the CONTRACTOR shall provide the name, address
and social security number and licenses (driver's, commercial
drivers license or CDL, or other operator's license) for employees
of the CONTRACTOR and/or SUBCONTRACTORS that may
work on the CITY's premises in positions found by the City
Commission to be critical to the security and/or public safety of the
CITY by reason of access to any publicly owned or operated
facility. The CONTRACTOR shall release such information upon
approval of the affected employees. If an employee refuses to
AGREEMENT 520
IFB 23/24-10 Tennis & Pickleball Court Improvement
00520-6
DocuSign Envelope ID: 03BAEE24-5E77-40F4-AC90-CF40DEDD1E85
0
CITY OF
ORD
FINANCE DEPARTMENT
authorize the release of their address, social security number
and/or licenses they shall not be allowed to work or continue to
work in such critical positions.
The CONTRACTOR shall work closely with the CITY on all
aspects of the provision of the goods and/or services. With
respect to services, the CONTRACTOR shall be responsible for
the professional quality, technical accuracy, competence,
methodology, accuracy and the coordination of all of the following
which are listed for illustration purposes and not as a limitation:
documents, analysis, reports, data, plans, plats, maps, surveys,
specifications, and any and all other services of whatever type or
nature furnished by the CONTRACTOR under this Agreement.
The CONTRACTOR shall, without additional compensation,
correct or revise any errors or deficiencies in his/her/its plans,
analysis, data, reports, designs, drawings, specifications, and any
and all other services of whatever type or nature. The
CONTRACTOR's submissions in response to the subject bid or
procurement processes are incorporated herein by this reference
thereto.
12. Neither the CITY's review, approval or acceptance of, nor payment for,
any of the goods and/or services required shall be construed to operate
as a waiver of any rights under this Agreement or of any cause of action
arising out of the performance of this Agreement and the CONTRACTOR
shall be and remain liable to the CITY in accordance with applicable law
for all damages to the CITY caused by the CONTRACTOR negligent or
improper performance or failure to perform any of the goods and/or
services furnished under this Agreement.
13. The rights and remedies of the CITY, provided for under this Agreement,
are in addition to any other rights and remedies provided by law.
14. Time is of the essence in the performance of all goods and/or services
provided by the CONTRACTOR under the terms of this Agreement.
15. Invoices, which are in an acceptable form to the CITY and without
disputable items, which are received by the CITY, will be processed for
payment within thirty (30) days of receipt by the CITY.
16. The CONTRACTOR will be notified of any disputable items contained in
invoices submitted by the CONTRACTOR within fifteen (15) days of
receipt by the CITY with an explanation of the deficiencies.
17. The CITY and the CONTRACTOR will make every effort to resolve all
disputable items contained in the CONTRACTOR's invoices.
18. Each invoice shall reference this Agreement, the appropriate billing
period.
AGREEMENT 520
IFB 23/24-10 Tennis & Pickleball Court Improvement
00520-7
DocuSign Envelope ID: 03BAEE24-5E77-40F4-AC90-CF40DEDD1E85
CITY OF
S,ki4F®
r FINANCE DEPARTMENT
19. The Florida Prompt Payment Act shall apply when applicable. A billing
period represents the dates in which the CONTRACTOR completed
goods and/or services referenced in an invoice.
20. Invoices are to be forwarded directly the City's designated CEI
representative, as identifed at the preconstruction meeting, for review and
processing.
21. CITY designates the City Manager or his/her designated representative,
to represent the CITY in all matters pertaining to and arising from the
work and the performance of this Agreement.
22. The City Manager, or his/her designated representative, shall have the
following responsibilities:
a. Examination of all work and rendering, in writing, decisions
indicating the CITY's approval or disapproval within a reasonable
time so as not to materially delay the work of the CONTRACTOR;
b. Transmission of instructions, receipt of information, and
interpretation and definition of CITY's policies and decisions with
respect to design, materials, and other matters pertinent to the
work covered by this Agreement;
C. Giving prompt written notice to the CONTRACTOR whenever the
CITY official representative knows of a defect or change
necessary in the project; and
d. Coordinating and managing the CONTRACTOR's preparation of
any necessary applications to governmental bodies, to arrange for
submission of such applications.
23. Until further notice from the City Manager the designated representative
for this Agreement is:
Robert Beall, Project Manager
City of Sanford
P.O. Box 1788
Sanford, Florida 32772
24. CITY may terminate this Agreement for convenience at any time or for
any one (1) or more of the reasons as follows:
a. If, in the CITY's opinion, adequate progress is not being made by
the CONTRACTOR due to the CONTRACTOR 's failure to
perform; or
b. If, in the CITY's opinion, the quality of the goods and/or services
provided by the CONTRACTOR is/are not in conformance with
commonly accepted professional standards, standards of the
CITY, and the requirements of Federal and/or State regulatory
agencies, and the CONTRACTOR has not corrected such
deficiencies in a timely manner as reasonably determined by the
CITY; or
AGREEMENT 520
IFB 23124-10 Tennis & Pickleball Court Improvement
00520-8
DocuSign Envelope ID: 03BAEE24-5E77-40F4-AC90-CF40DEDD1E85
4) CITY OF
S,ki4F0RD
FINANCE DEPARTMENT
C. The CONTRACTOR, or any employee or agent of the
CONTRACTOR, is indicted or has a direct charge issued against
him for any crime arising out of or in conjunction with any work
that has been performed by the CONTRACTOR; or
d. The CONTRACTOR becomes involved in either voluntary or
involuntary bankruptcy proceedings, or makes an assignment for
the benefit of creditors; or
e. The CONTRACTOR violates the Standards of Conduct provisions
herein or any provision of Federal, State or local law or any
provision of the CITY's Code of Conduct.
25. In the event of any of the causes of termination, the CITY's designated
representative may send a certified letter to the CONTRACTOR
requesting that the CONTRACTOR show cause why the Agreement
should not be terminated. If assurance satisfactory to the CITY of
corrective measures to be made within a reasonable time is not given to
the CITY within seven (7) calendar days of the date of the letter, the CITY
may consider the CONTRACTOR to be in default, and may then
immediately terminate this Agreement.
26. In the event that this Agreement is terminated for cause and it is later
determined that the cause does not exist, then this Agreement or the
Purchase/Work Order shall be deemed terminated for convenience by the
CITY and the CITY shall have the right to so terminate this Agreement
without any recourse by the CONTRACTOR.
27. The CONTRACTOR may terminate this Agreement only if the CITY fails
to pay the CONTRACTOR in accordance with this Agreement.
28. Notwithstanding any other provision of this Agreement, the CITY shall
have the right at any time to terminate this Agreement in its entirely
without cause, if such termination is deemed by the CITY to be in the
public interest, in writing of deficiencies or default in the performance of
its duties under the Agreement and the CONTRACTOR shall have ten
(10) days to correct same or to request, in writing, a hearing. Failure of
the CONTRACTOR to remedy said specified items of deficiency or
default in the notice by either the CITY's designated representative within
ten (10) days of receipt of such notice of such decisions, shall result in the
termination of the Agreement, and the CITY shall be relieved of any and
all responsibilities and liabilities under the terms and provisions of the
Agreement.
29. The CITY shall have the right to terminate this Agreement without cause
with a sixty (60) day written notice to the other party. The CITY reserves
the right to terminate any Agreement for cause with a five (5) day written
notice to the CONTRACTOR. Notice shall be served to the parties as
specified in the Agreement.
30. In the event that this Agreement is terminated, the CITY shall identify any
specific work to be continued to completion pursuant to the provisions of
this Agreement.
AGREEMENT 520
IFB 23124-10 Tennis & Pickleball Court Improvement
00520-9
DocuSign Envelope ID: 03BAEE24-5E77-40F4-AC90-CF40DEDD1 E85
0 CITY OF
0 FORD
FINANCE DEPARTMENT
31. In the event that after the CITY termination for cause for failure of the
CONTRACTOR to fulfill its obligations under this Agreement it is found
that the CONTRACTOR has not so failed, the termination shall be
deemed to have been for convenience and without cause.
32. In the event this Agreement is terminated or canceled prior to final
completion without cause, payment for the unpaid portion of the services
provided by the CONTRACTOR to the date of termination and any
additional services shall be paid to the CONTRACTOR.
33. Upon receipt of notice of termination, given by either party, the terminated
party shall promptly discontinue the provision of all goods and/or services,
unless the notice provides otherwise.
34. The performance or provision of the CONTRACTOR's goods and/or
services under this Agreement may be suspended by the CITY at any
time.
35. In the event the CITY suspends the performance or provision of the
CONTRACTOR services hereunder, the CITY shall so notify the
CONTRACTOR in writing, such suspension becoming effective within
seven (7) days from the date of mailing, and the CITY shall pay to the
CONTRACTOR within thirty (30) days all compensation which has
become due to and payable to the CONTRACTOR to the effective date of
such suspension. The CITY shall thereafter have no further obligation for
payment to the CONTRACTOR for the suspended provision of goods
and/or services unless and until the CITY's designated representative
notifies the CONTRACTOR in writing that the provision of the goods
and/or services of the CONTRACTOR called for hereunder are to be
resumed by the CONTRACTOR.
36. Upon receipt of written notice from the CITY that the CONTRACTOR's
provision of goods and/or services hereunder are to be resumed, the
CONTRACTOR shall continue to provide the services to the CITY.
37. The CONTRACTOR agrees that it will not discriminate against any
employee or applicant for employment for work under this Agreement
because of race, color, religion, sex, age, national origin or disability and
will take affirmative steps to ensure that applicants are employed and
employees are treated during employment without regard to race, color,
religion, sex, age, national origin or disability. This provision shall include,
but not be limited to, the following: employment, upgrading, demotion or
transfer; recruitment advertising; layoff or termination; rates of pay or their
forms or compensation; and selection for training, including
apprenticeship. The CONTRACTOR, moreover, shall comply with all the
requirements as imposed by the Americans with Disability Act, the
regulations of the Federal government issued thereunder, and any and all
requirements of Federal or State law related thereto.
38. Indemnity and Insurance
AGREEMENT 520
IFB 23124-10 Tennis & Pickleball Court Improvement
00520-10
DocuSign Envelope ID: 03BAEE24-5E77-40F4-AC90-CF40DEDD1E85 � �F
S CITY
FORD
jI FINANCE DEPARTMENT
a. To the fullest extent permitted by law, the CONTRACTOR shall
indemnify, hold harmless and defend the CITY, its agents,
servants, officers, officials and employees, or any of them, from
and against any and all claims, damages, losses, and expenses
including, but not limited to, attorney's fees and other legal costs
such as those for paralegal, investigative, and legal support
services, and the actual costs incurred for expert witness
testimony, arising out of or resulting from the performance or
provision of services required under this Agreement, provided that
same is caused in whole or in part by the error, omission,
negligent act, failure to act, breach of contract obligation,
malfeasance, officers, officials, employees, or
subCONTRACTORs. Additionally, the CONTRACTOR accepts
responsibility for all damages resulting in any way related to the
performance of work. In no event, shall either party be
responsible or liable to the other for any incidental, consequential,
or indirect damages, whether arising by contract or tort.
b. In accordance with Section 725.06, Florida Statutes, adequate
consideration has been provided to the CONTRACTOR for this
obligation, the receipt and sufficiency of which is hereby
specifically acknowledged.
C. Nothing herein shall be deemed to affect the rights, privileges, and
immunities of the CITY as set forth in Section 768.28, Florida
Statutes.
d. In claims against any person or entity, indemnification under this
Section by an employee of the CONTRACTOR or its agents or
subCONTRACTORs, anyone directly or indirectly employed by
them or anyone for whose acts they may be liable, the
indemnification obligation under this Section shall not be limited by
a limitation on amount or type of damages, compensation, or
benefits payable by or for the CONTRACTOR or its agents or
subCONTRACTORs, under Workers Compensation acts,
disability benefits acts, or other employee benefit acts.
e. The execution of this Agreement by the CONTRACTOR shall
obligate the CONTRACTOR to comply with the indemnification
provision of this Agreement; provided, however, that the
CONTRACTOR must also comply with the provisions of this
Agreement relating to insurance coverage.
f. The CONTRACTOR shall submit a report to the CITY within
twenty-four (24) hours of the date of any incident resulting in
damage or which is reasonably likely to result in a claim of
damage.
39. The CONTRACTOR shall obtain or possess and continuously maintain
the insurance coverage as set forth and required in the bid documents.
AGREEMENT 520
IFB 23124-10 Tennis & Pickleball Court Improvement
00520-11
DocuSign Envelope ID: 03BAEE24-5E77-40F4-AC90-CF40DEDD1E85
0SAF®
CITY OF
RD
FINANCE DEPARTMENT
40. All insurance other than Workers Compensation and Professional Liability
that must be maintained by the CONTRACTOR shall specifically include
the CITY as an additional insured.
41. The CONTRACTOR shall provide Certificates of Insurance to the CITY
evidencing that all such insurance is in effect prior to the issuance of the
first Purchase/Work Order under this Agreement from the CITY. These
Certificates of Insurance shall become part of this Agreement. Neither
approval by the CITY nor failure to disapprove the insurance furnished by
a CONTRACTOR shall relieve the CONTRACTOR of the
CONTRACTOR's full responsibility for performance of any obligation
including the CONTRACTOR's indemnification of the CITY under this
Agreement. If, during the period which an insurance company is
providing the insurance coverage required by this Agreement, an
insurance company shall: (1) lose its Certificate of Authority, (2) no longer
comply with Section 440.57, Florida Statutes, or (3) fail to maintain the
requisite Best's Rating and Financial Size Category, the CONTRACTOR
shall, as soon as the CONTRACTOR has knowledge of any such
circumstance, immediately notify the CITY and immediately replace the
insurance coverage provided by the insurance company with a different
insurance company meeting the requirements of this Agreement. Until
such time as the CONTRACTOR has replaced the unacceptable insurer
with insurance acceptable to the CITY, the CONTRACTOR shall be
deemed to be in default of this Agreement.
42. The insurance coverage shall contain a provision that requires that prior
to any changes in the coverage, except increases in aggregate coverage,
thirty (30) days prior notice will be given to the CITY by submission of a
new Certificate of Insurance.
43. The CONTRACTOR shall furnish Certificates of Insurance directly to the
CITY's Designated Representative. The certificates shall clearly indicate
that the CONTRACTOR has obtained insurance of the type, amount and
classification required by this Agreement.
44. Nothing in this Agreement or any action relating to this Agreement shall
be construed as the CITY's waiver of sovereign immunity beyond the
limits set forth in Section 768.28, Florida Statutes.
45. The CITY shall not be obligated or liable under the terms of this
Agreement to any party other than the CONTRACTOR. There are no
third party beneficiaries to this Agreement.
46. The CONTRACTOR is an independent contractor and not an agent,
representative, or employee of the CITY. The CITY shall have no liability
except as specifically provided in this Agreement.
47. All insurance shall be primary to, and not contribute with, any insurance
or self-insurance maintained by the CITY.
AGREEMENT 520
IFB 23124-10 Tennis & Pickleball Court Improvement
00520-12
DocuSign Envelope ID: 03BAEE24-5E77-40F4-AC90-CF40DEDD1E85
0 CITY
YOO OF
S,k1 9 0
FINANCE DEPARTMENT
48. The CONTRACTOR warrants that it has not employed or retained any
company or person, other than a bona fide employee working solely for
the CONTRACTOR, to solicit or secure this Agreement and that the
CONTRACTOR has not paid or agreed to pay any person, company,
corporation, individual or firm other than a bona fide employee working
solely for the CONTRACTOR, any fee, commission, percentage, gift, or
any other consideration, contingent upon or resulting from the award of
making this Agreement.
49. The CONTRACTOR shall not discriminate on the grounds of race, color,
religion, sex, or national origin in the performance of work under this
Agreement or violate any laws pertaining to civil rights, equal protection or
discrimination.
50. The CONTRACTOR hereby certifies that no undisclosed (in writing)
conflict of interest exists with respect to the Agreement, including, but not
limited to, any conflicts that may be due to representation of other clients,
customers or vendees, other contractual relationships of the
CONTRACTOR, or any interest in property that the CONTRACTOR may
have. The CONTRACTOR further certifies that any conflict of interest
that arises during the term of this Agreement shall be immediately
disclosed in writing to the CITY. Violation of this Section shall be
considered as justification for immediate termination of this Agreement.
51. The CONTRACTOR shall ensure that all taxes due from the
CONTRACTOR are paid in a timely and complete manner including, but
not limited to, occupational license tax.
52. If the CITY determines that any employee or representative of the
CONTRACTOR is not satisfactorily performing his/her assigned duties or
is demonstrating improper conduct pursuant to any assignment or work
performed under this Agreement, the CITY shall so notify the
CONTRACTOR, in writing. The CONTRACTOR shall immediately
remove such employee or representative of the CONTRACTOR from
such assignment.
53. The CONTRACTOR shall not publish any documents or release
information regarding this Agreement to the media without prior approval
of the CITY.
54. The CONTRACTOR shall certify, upon request by the CITY, that the
CONTRACTOR maintains a drug free workplace policy in accordance
with Section 287.0878, Florida Statutes. Failure to submit this
certification may result in termination.
55. If the CONTRACTOR or an affiliate is placed on the convicted vendor list
following a conviction for a public entity crime, such action may result in
termination by the CITY. The CONTRACTOR shall provide a certification
of compliance regarding the public crime requirements set forth in State
law upon request by the CITY.
AGREEMENT 520
IFB 23124-10 Tennis & Pickleball Court Improvement
00520-13
DocuSign Envelope ID: 03BAEE24-5E77-40F4-AC90-CF40DEDD1 E85
CITY OF
S�TF®1M
FINANCE DEPARTMENT
56. The CITY reserves the right to unilaterally terminate this Agreement if the
CONTRACTOR refuses to allow public access to all documents, papers,
letters, or other materials subject to provisions of Chapter 119, Florida
Statutes, and other applicable law, and made or received by the
CONTRACTOR in conjunction, in any way, with this Agreement.
57. The CONTRACTOR shall comply with the requirements of the Americans
with Disabilities Act (ADA), and any and all related Federal or State laws
which prohibits discrimination by public and private entities on the basis of
disability.
58. The CITY will not intentionally award publicly -funded contracts to any
contractor who knowingly employs unauthorized alien workers,
constituting a violation of the employment provisions contained in 8
U.S.C. Section 1324a(e) Section 274A(e) of the Immigration and
Nationally Act (INA). The CITY shall consider the employment by the
CONTRACTOR of unauthorized aliens, a violation of Section 274A(e) of
the INA. Such violation by the CONTRACTOR of the employment
provisions contained in Section 274A(e) of the INA shall be grounds for
immediate termination of this Agreement by the CITY.
59. The CONTRACTOR agrees to comply with Federal, State, and local
environmental, health, and safety laws and regulations applicable to the
goods and/or services provided to the CITY. The CONTRACTOR agrees
that any program or initiative involving the work that could adversely
affect any personnel involved, citizens, residents, users, neighbors or the
surrounding environment will ensure compliance with any and all
employment safety, environmental and health laws.
60. The CONTRACTOR shall ensure that all goods and/or services are
provided to the CITY after the CONTRACTOR has obtained, at its sole
and exclusive expense, any and all permits, licenses, permissions,
approvals or similar consents.
61. If applicable, in accordance with Section 216.347, Florida Statutes, the
CONTRACTOR shall not use funds provided by this Agreement for the
purpose of lobbying the Legislature, the judicial branch or State agency.
62. The CONTRACTOR shall advise the CITY in writing of it who has been
placed on a discriminatory vendor list, may not submit a bid on a contract
to provide goods or services to a public entity, or may not transact
business with any public entity.
63. The CONTRACTOR shall not engage in any action that would create a
conflict of interest in the performance of that actions of any CITY
employee or other person during the course of performance of, or
otherwise related to, this Agreement or which would violate or cause
others to violate the provisions of Part III, Chapter 112, Florida Statutes,
relating to ethics in government.
AGREEMENT 520
IFB 23/24-10 Tennis & Pickleball Court Improvement
00520-14
DocuSign Envelope ID: 03BAEE24-5E77-40F4-AC90-CF40DEDD1 E85
0(-: ; SACITY OF FORD
�� FINANCE DEPARTMENT
64. The CONTRACTOR shall maintain books, records, documents, time and
costs accounts and other evidence directly related to its provision or
performance of services under this Agreement. All time records and cost
data shall be maintained in accordance with generally accepted
accounting principles.
65. The CONTRACTOR shall maintain and allow access to the records
required under this Section for a minimum period of five (5) years after
the completion of the provision or performance goods and/or services
under this Agreement and date of final payment for said goods and/or
services, or date of termination of this Agreement.
66. The CITY may perform, or cause to have performed, an audit of the
records of the CONTRACTOR before or after final payment to support
final payment under any Purchase/Work Order issued hereunder. This
audit shall be performed at a time mutually agreeable to the
CONTRACTOR and the CITY subsequent to the close of the final fiscal
period in which goods and/or services are provided or performed. Total
compensation to the CONTRACTOR may be determined subsequent to
an audit as provided for in this Section, and the total compensation so
determined shall be used to calculate final payment to the
CONTRACTOR. Conduct of this audit shall not delay final payment as
required by this Section.
67. In addition to the above, if Federal, State, County, or other entity funds
are used for any goods and/or services under this Agreement, the
Comptroller General of the United States or the Chief Financial Officer of
the State of Florida, or the County of Seminole, or any representatives,
shall have access to any books, documents, papers, and records of the
CONTRACTOR which are directly pertinent to goods and/or services
provided or performed under this Agreement for purposes of making
audit, examination, excerpts, and transcriptions.
68. In the event of any audit or inspection conducted reveals any
overpayment by the CITY under the terms of the Agreement, the
CONTRACTOR shall refund such overpayment to the CITY within thirty
(30) days of notice by the CITY of the request for the refund.
69. The CONTRACTOR agrees to fully comply with all State laws relating to
public records.
70. The CONTRACTOR agrees that if any litigation, claim, or audit is started
before the expiration of the record retention period established above, the
records shall be retained until all litigation, claims or audit findings
involving the records have been resolved and final action taken.
71. The CONTRACTOR shall not sublet, assign or transfer any interest in this
Agreement, or claims for the money due or to become due out of this
Agreement to a bank, trust company, or other financial institution without
written CITY approval. When approved by the CITY, written notice of
such assignment or transfer shall be furnished promptly to the CITY.
AGREEMENT 520
IFB 23124-10 Tennis & Pickleball Court Improvement
00520-15
DocuSign Envelope ID: 03BAEE24-5E77-40F4-AC90-CF40DEDD1E85
CITY OF Vli1®F®
FINANCE DEPARTMENT
72. Any CONTRACTOR proposed subcontractors shall be submitted to the
CITY for written approval prior to the CONTRACTOR entering into a
subcontract. Subcontractor information shall include, but not be limited
to, State registrations, business address, occupational license tax proof of
payment, and insurance certifications.
73. The CONTRACTOR shall coordinate the provision of goods and/or
services and work product of any CITY approved subcontractors, and
remain fully responsible for such goods and/or services and work under
the terms of this Agreement.
74. Any subcontract shall be in writing and shall incorporate this Agreement
and require the subcontractor to assume performance of the
CONTRACTOR's duties commensurately with the CONTRACTOR's
duties to the CITY under this Agreement, it being understood that nothing
herein shall in any way relieve the CONTRACTOR from any of its duties
under this Agreement. The CONTRACTOR shall provide the CITY with
executed copies of all subcontracts.
75. The CONTRACTOR shall reasonably cooperate at all times with the
CITY and other CITY contractors and professionals.
76. This Agreement is to be governed by the laws of the State of Florida.
77. Venue for any legal proceeding related to this Agreement shall be in the
Eighteenth Judicial Circuit Court in and for Seminole County, Florida.
78. This Agreement is the result of bona fide arms length negotiations
between the CITY and the CONTRACTOR and all parties have
contributed substantially and materially to the preparation of the Contract.
Accordingly, this Agreement shall not be construed or interpreted more
strictly against any one party than against any other party.
79. Neither party shall be considered in default in performance of its
obligations hereunder to the extent that performance of such obligations,
or any of them, is delayed or prevented by Force Majeure. Force Majeure
shall include, but not be limited to, hostility, terrorism, revolution, civil
commotion, strike, epidemic, fire, flood, wind, earthquake, explosion, any
law, proclamation, regulation, or ordinance or other act of government, or
any act of God or any cause whether of the same or different nature,
existing or future; provided that the cause whether or not enumerated in
this Section is beyond the control and without the fault or negligence of
the party seeking relief under this Section.
80. This Agreement, together with the exhibit(s), if any, constitutes the entire
integrated Agreement between the CITY and the CONTRACTOR and
supersedes all prior written or oral understandings in connection
therewith. This Agreement, and all the terms and provisions contained
herein, including without limitation the exhibits hereto, constitute the full
and complete agreement between the parties hereto to the date hereof,
AGREEMENT 520
IFB 23124-10 Tennis & Pickleball Court Improvement
00520-16
DocuSign Envelope ID: 03BAEE24-5E77-40F4-AC90-CF40DEDD1 E85
00 CITY OF
S,ki4F0RD
� I' FINANCE DEPARTMENT
and supersedes and controls over any and all prior agreements,
understandings, representations, correspondence and statements
whether written or oral.
81. This Agreement may only be amended, supplemented or modified by a
formal written amendment.
82. Any alterations, amendments, deletions, or waivers of the provisions of
this Agreement shall be valid only when expressed in writing and duly
signed by the parties.
83. Written notice requirements of this Agreement shall be strictly construed
and such requirements are a condition precedent to pursuing any rights
or remedies hereunder. The CONTRACTOR agrees not to claim any
waiver by CITY of such notice requirements based upon CITY having
actual knowledge, implied, verbal or constructive notice, lack of prejudice
or any other grounds as a substitute for the failure of the CONTRACTOR
to comply with the express written notice requirements herein. Computer
notification (e-mails and message boards) shall not constitute proper
written notice under the terms of the Agreement.
84. The failure of the CITY to insist in any instance upon the strict
performance of any provision of this Agreement, or to exercise any right
or privilege granted to the CITY hereunder shall not constitute or be
construed as a waiver of any such provision or right and the same shall
continue in force.
85. In no event shall any obligation of the CITY under this Agreement be or
constitute a general obligation or indebtedness of the CITY, a pledge of
the ad valorem taxing power of the CITY or a general obligation or
indebtedness of the CITY within the meaning of the Constitution of the
State of Florida or any other applicable laws, but shall be payable solely
from legally available revenues and funds.
86. The CONTRACTOR shall not have the right to compel the exercise of the
ad valorem taxing power of the CITY.
87. Each exhibit referred to and attached to this Agreement is an essential
part of this Agreement. The exhibits and any amendments or revisions
thereto, even if not physically attached hereto, shall be treated as if they
are part of this Agreement.
88. The Section headings and captions of this Agreement are for
convenience and reference only and in no way define, limit, describe the
scope or intent of this Agreement or any part thereof, or in any way affect
this Agreement or construe any provision of this Agreement.
89. If any term, provision or condition contained in this Agreement shall, to
any extent, be held invalid or unenforceable, the remainder of this
Agreement, or the application of such term, provision or condition to
persons or circumstances other than those in respect of which it is invalid
or unenforceable, shall not be affected thereby, and each term, provision
AGREEMENT 520
IFB 23124-10 Tennis & Pickleball Court Improvement
00520-17
DocuSign Envelope ID: 03BAEE24-5E77-4OF4-AC90-CF40DEDD1 E85
19 c CITY
OFF g
S,k � FQRD
FINANCE DEPARTMENT
and condition of this Agreement shall be valid and enforceable to the
fullest extent permitted by law when consistent with equity and the public
interest.
90. All provisions of this Agreement shall be read and applied in para materia
with all other provisions hereof.
91. In the event of a dispute related to any performance or payment
obligation arising under this Agreement, the parties agree to exhaust any
alternative dispute resolution procedures reasonably imposed by the
CITY prior to filing suit or otherwise pursuing legal remedies.
92. The CONTRACTOR agrees that it will file no suit or otherwise pursue
legal remedies based on facts or evidentiary materials that were not
presented for consideration to the CITY in alternative dispute resolution
procedures or which the CONTRACTOR had knowledge and failed to
present during the CITY procedures.
93. In the event that CITY procedures are exhausted and a suit is filed or
legal remedies are otherwise pursued, the parties shall exercise best
efforts to resolve disputes through voluntary mediation. Mediator
selection and the procedures to be employed in voluntary mediation shall
be mutually acceptable to the parties. Costs of voluntary mediation shall
be shared equally among the parties participating in the mediation.
94. This Agreement may be executed in any number of counterparts, each of
which shall be deemed an original, but all of which, taken together, shall
constitute one and the same document.
95. Mandatory Compliance with Chapter 119, Florida Statutes, and Public
Records Request. In order to comply with Section 119.0701, Florida
Statutes, public records law, the Contractor must:
1. Keep and maintain public records that ordinarily and necessarily
would be required by the City in order to perform service.
2. Provide the public with access to public records in the same terms
and conditions that the CITY would provide the records and at a
cost that does not exceed the cost provided in Chapter 119,
Florida Statutes, or as otherwise provided by law.
3. Ensure that public records that we exempt or confidential and
exempt from public records disclosure requirements are not
disclosed except as authorized by laws.
4. Meet all requirements for retaining public records and transfer, at
no cost, to the CITY all public records in possession of the
CONTRACTOR upon termination of the contract and destroy any
duplicate public records that are exempt or confidential and
exempt from public records disclosure requirements. All records
stored electronically be provided to the City in a format that is
compatible with the information technology systems of the CITY.
5. If the CONTRACTOR does not comply with a public records
request, the CITY shall enforce the contract provision in
AGREEMENT 520
IFB 23124-10 Tennis & Pickleball Court Improvement
00520-18
DocuSign Envelope ID: 03BAEE24-5E77-40F4-AC90-CF40DEDD1 E85
f) CITY OF
S,ki4FOID
FINANCE DEPARTMENT
accordance with this Agreement.
6. Failure by the CONTRACTOR to grant such public access and
comply with public records request shall be grounds for immediate
unilateral cancellation of this Agreement by the CITY, the
CONTRACTOR shall promptly provide the CITY with a copy of
any request to inspect or copy public records in possession of the
CONTRACTOR and shall promptly provide the CITY with a copy
of the CONTRACTOR's response to each such request.
7. The CONTRACTOR shall not the following
IF THE CONTRACTOR/VENDOR HAS QUESTIONS
REGARDING THE APPLICATION OF CHAPTER 119,
FLORIDA STATUTES, TO THE CONTRACTOR'S
(VENDOR'S) DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS CONTRACT, CONTACT THE
CUSTODIAN OF PUBLIC RECORDS AT (407) 688-5012,
TRACI HOUCHIN, CITY CLERK, CITY OF SANFORD,
CITY HALL, 300 NORTH PARK AVENUE, SANFORD,
FLORIDA 32771, HOUCHINT&SAM ORDFL.GOV.
(Agreement Execution page follows)
IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year
first above written.
CONTRACTOR: Qualis General Contractors, LLC.
Brycen Herman
Name of Owner
ZD—Sign;d y: /y/� 3/14/2024
`001A5753Al2C<50... Date (SEAL)
Brycen Herman - President
Printed Name and Title
ATTEST:
�se any: 3/14/2024
Uwa�n,e 1�I^aaA,
2111N AI, 1w�I; Date
Vivian Beltran - Finance Director
Printed Name and Title
OWNER:
City of Sanford
AGREEMENT 520
IFB 23124-10 Tennis & Pickleball Court Improvement
00520-19
DocuSign Envelope ID: 03BAEE24-5E77-40F4-AC90-CF40DEDD1 E85
CITY OF
&�FORD
f)FINANCE DEPARTMENT
Name of Owner
03/19/2024
Art Woodruff (Mar 19, 204 21:38 EDT)
By (Signature) Date (SEAL)
Art Woodruff Mayor
Printed Name and Title
ATTEST:
n2ddc f &dK 03/20/2024
Traci Houchin (Mar 20, 202409:57 EDT)
By (Signature) Date
Traci Houchin City Clerk
Printed Name and Title
Approved as to form and
Legal sufficiency.
lkyyle. N CZvA ACA fogy wcr CA_ 03/19/2024
l NG lAC41 VlLCUI Mar 192024591 ED71
William L. Colbert Date
City Attorney
END OF SECTION
AGREEMENT 520
IFB 23124-10 Tennis & Pickleball Court Improvement
00520-20
cc /CITY OF
' j�
' ; y S OR
(uTl' n `r� !1?lnfr'Gl WS- RM X
FLORIDA Item No.p
CITY COMMISSION MEMORANDUM 24094
MARCH 25, 2024 AGENDA
To: Honorable Mayor wid Members of the City Commission
PREPARED BY: Robert Beall, Operations Manager
SUBMITTED BY: Norton N. Bonaparte, Jr., ICMA-CM " is Ter
SUBJECT: Budget Amendment Resolution. 26 -3233 and Procurements, Lee P.
Moore Park Rehabilitation,/ $3' X16,916 Procurements and $158,094
(Budget Amendment)
STRATEGIC PRIORITIES:
❑ Unify Downtown & the Waterfront
❑ Promote the City's Distinct Culture
❑ Update Regulatory Framework
❑ Redevelop and Revitalize Disadvantaged Communities
SYNOPSIS:
Approval of Resolution No. 2024-3233, to amend the budget in the amount of $158,094, and three
procurements, in the total amount of $396,916, for the parking lot pavement resurfacing and
striping and teiuiis and pickleball rehabilitation at Lee 11. Moore Park is requested.
FiSCAL/STAFFING STATEMENT:
Funding in the amount of $396,916 is available in the Parks Improvements Other Than Building
fund. The budget amendment is in the amount of $158,094 which moves funding within the
projects of the Improvements Other Than Building Capital fund for the Lee P. Moore Project.
The breakdown of the procurements is as follows:
(1). $324,248: Tennis and pickleball court s_rehabilitation
(2). $ 66,905: Parking lot paving
(3). $ 5,763: Parking Int line striping
BACKGROUND:
(1). $324,248: Tennis and pickleball courts rehabilitation procurement: Bid IFB 23/24-10
Lce P. Moore Park Tennis and Pickleball Court Improvement was opened on February 15. 2024.
with two bidders responding. Qualis General Contractors. LLC, a Florida limited liability company
which is headquartered in Tampa, is proposed to be awarded the contract as the lowest most
responsive bidder. The other bidder was The Nidy Sports Construction, Inc., an Ohio corporation
which is headquartered in Longwood. The bid summary follows.
The Nidy Sports Construction, Inc. $420,600
Qualis General Contractors, LLC $324,248
The parking lot area to be paved is over 25 years old and has deteriorated over the years due to
high traffic and age. The tennis and pickleball courts are over 20 years old with cracking and
separation of the pavement and one side of the courts has a large depression causing staff to close
half of the tennis courts.
(2). $66,905: Parking lot -paving procurement: Middlesex Asphalt, LLC. a Delaware limited
liability company which is headquartered in Orlando, is being procured under piggyback contract
PBA 19/20-53 which piggybacked a Seminole County contract.
(3). $5,763: Parking lot line striping procurement: Fausnight Stripe and Line, Inc. a Florida
corporation which is headquartered in Longwood, is being procured under piggyback contract
PBA 23/24-201 which piggybacked a Seminole County contract.
(4). $158,094 budget amendment: Moves funding within the projects of the Improvements
Other Than Building Capital fiord for the I.:ee P_ Moore Park Project.
LEGAL REVIEW:
The Assistant City Attorney has reviewed and has no legal objection to the use of all City forms
and no vendor forms to implement the procurements.
RECOMMENDATION:
City staff recommends that the City Commission approve Resolution No. 2024-3233, amending
the City budget, in the amount of $158,094, and three procurements relating to Lee P. Moore Park
in an amount not to exceed $396,916.
SUGGESTED Manow
"I move to approve Resolution No. 2024-3233, and the three procurements, as proposed."
Attachments: (1). Budget Amendment Resolution No. 2024-3233
(2). Lee P. Moore Park bid tabulation (IFB 23/24-10).
(3). Middlesex quote.
(4). Fausnight quote.