Loading...
1667 Estep Construction IFB 12/13-19 Persimmon Ave SECTION 00520 AGREEMENT FORM 1 PART 1 GENERAL 1.01 THIS AGREEMENT, made and entered into the IQ day of lftAi , ;?op--t 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 Estep Construction, Inc, whose principal and local address is 689 S. Binion Rd Apopka, FL 32703, hereinafter referred to as 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: 1. Executed, Section 00520 -Agreement Form. 2. The Project Manual. Note the Index (starting on page number 00010-1 of the Project Manual) includes all instructions, terms, general and supplemental conditions, bid documents, plans, prints and specifications pertaining to the Project. 3. Addenda Applicable to the Bid 4. Contractor's Bid, 00410. 5. Performance Bond, 00605. 6. Payment Bond, 00610 7. Material and Workmanship Bond, 00615. 8. Trench Safety (Executed Form), 00430 9. Non Collusion Affidavit, 00432 10. Conflict of Interest Affidavit, 00434 11. Public Entities Crime Affidavit, 00436 12. Compliance With the Public Records Law Affidavit, 00438 13. Bidder Qualification Affidavit, 00440 14. Receipt of Exempt Public Records and Agreement to Safeguard (If Required for Project by City), 00442 15. Certification Of Non-Segregated Facilities (Executed Form), 00450 Persimmon Ave Lap Sidewalk Bid IFB12/13-19 FDOT Project No.427898-1-58-1 AGREEMENT 00520-1 SECTION 00520 AGREEMENT FORM 2 16. Disputes Disclosure (Executed Form), 00452 17. Drug Free Workplace (Executed Form), 00454 18. Unauthorized (Illegal) Alien Workers Affidavit, 00456 19. E-Verify Compliance Affidavit, 00458 20. Americans With Disabilities Act Affidavit, 00460 21. Financial Information (Executed Form) (If Required by City), 00462 22. Criminal Background Check Requirements (If Required for Project by City), 00525 23. Insurance Certificate(s) 24. Notice of Award, 00510 25. Notice to Proceed, 00530. 26. Consent of Surety to Final Payment (Executed Form), 00617. 27. Contractor's Application for Payment (Executed Forms), 00625. 28. Certificate of Substantial Completion, 00626. 29. Certificate of Final Completion, 00627. 30. Contractor's Partial Release of Lien (Executed Forms), 00640. 31. Subcontractor's Final Release of Lien (Executed Form), 00641. 32. Subcontractor's Partial Release of Lien (Executed Forms), 00644. 33. Contractor's Release of Lien (Executed Form), 00645. 34. Project Field Order(Executed Form), 00940. 35. Work Directive Change (Executed Form), 00945. 36. Change Order(Executed), 00950. 37. Additional document(s) that are not specifically listed in Paragraph 1.02.A.1 through 1.02.A.36, 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 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 Persimmon Avenue LAP Sidewalk; City of Sanford Bid Number: IFB 12/13-19; . FDOT Project Number 427898-1-58-1. 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 150 calendar days. The work shall be finally complete, ready for Final Payment in accordance with the Persimmon Ave Lap Sidewalk Bid IFB12/13-19 FDOT Project No.427898-1-58-1 AGREEMENT 00520-2 SECTION 00520 AGREEMENT FORM 3 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 $ 1,000.00 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 (1/4) 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 four hundred and fifty-one thousand, one hundred and sixty five dollars ($451,165.00). Payments will be made to the Contractor on the basis of the Schedule of Unit Prices included as a part of his Bid, which shall be as fully a part of the Contract as if attached or repeated herein. F. City of Sanford Tax Recovery 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. Persimmon Ave Lap Sidewalk Bid IFB12/13-19 FDOT Project No.427898-1-58-1 AGREEMENT 00520-3 SECTION 00520 AGREEMENT FORM 4 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. Additional Terms and Conditions 1. 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. 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 Persimmon Ave Lap Sidewalk Bid IFB12/13-19 FDOT Project No.427898-1-58-1 AGREEMENT 00520-4 SECTION 00520 AGREEMENT FORM 5 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 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, Persimmon Ave Lap Sidewalk Bid IFB12/13-19 FDOT Project No.427898-1-58-1 AGREEMENT 00520-5 SECTION 00520 AGREEMENT FORM 6 to wear identification badges at all times which, at a minimum, provides the name of the employee and the CONTRACTOR. c. 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 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. f. 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 Persimmon Ave Lap Sidewalk Bid IFB12/13-19 FDOT Project No.427898-1-58-1 AGREEMENT 00520-6 SECTION 00520 AGREEMENT FORM 7 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. 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. Persimmon Ave Lap Sidewalk Bid IFB12/13-19 FDOT Project No.427898-1-58-1 AGREEMENT 00520-7 SECTION 00520 AGREEMENT FORM 8 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 Persimmon Ave Lap Sidewalk Bid IFB12/13-19 FDOT Project No.427898-1-58-1 AGREEMENT 00520-8 SECTION 00520 AGREEMENT FORM 9 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 Persimmon Ave Lap Sidewalk Bid IFB12/13-19 FDOT Project No.427898-1-58-1 AGREEMENT 00520-9 SECTION 00520 AGREEMENT FORM 10 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. 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 Persimmon Ave Lap Sidewalk Bid IFB12/13-19 FDOT Project No.427898-1-58-1 AGREEMENT 00520-10 SECTION 00520 AGREEMENT FORM 11 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 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 investi investigative, and legal support services, and the actual paralegal, 9 9 PP 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 Persimmon Ave Lap Sidewalk Bid IFB12/13-19 FDOT Project No.427898-1-58-1 AGREEMENT 00520-11 SECTION 00520 AGREEMENT FORM 12 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 required a as set forth and uired in the bid documents. q 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. Persimmon Ave Lap Sidewalk Bid IFB12/13-19 FDOT Project No.427898-1-58-1 AGREEMENT 00520-12 SECTION 00520 AGREEMENT FORM 13 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. 48. The CONTRACTOR warrants that it has not employed or retained any Y 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. Persimmon Ave Lap Sidewalk Bid IFB12/13-19 FDOT Project No.427898-1-58-1 AGREEMENT 00520-13 SECTION 00520 AGREEMENT FORM 14 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. 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) Persimmon Ave Lap Sidewalk Bid IFB12/13-19 FDOT Project No.427898-1-58-1 AGREEMENT 00520-14 SECTION 00520 AGREEMENT FORM 15 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. 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. Persimmon Ave Lap Sidewalk Bid IFB12113-19 FDOT Project No.427898-1-58-1 AGREEMENT 00520-15 SECTION 00520 AGREEMENT FORM 16 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 th e C ONTRACTOR 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. 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. Persimmon Ave Lap Sidewalk Bid IFB12/13-19 FDOT Project No.427898-1-58-1 AGREEMENT 00520-16 SECTION 00520 AGREEMENT FORM 17 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, and supersedes Persimmon Ave Lap Sidewalk Bid IFB12/13-19 FDOT Project No.427898-1-58-1 AGREEMENT 00520-17 SECTION 00520 AGREEMENT FORM 18 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. Persimmon Ave Lap Sidewalk Bid IFB12/13-19 FDOT Project No.427898-1-58-1 AGREEMENT 00520-18 SECTION 00520 AGREEMENT FORM 19 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 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. IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. CONTR C OR: II Sfe./3 Name.• irm s-- I4-l�l B +nature) Date (SEAL) — 0L 1- Printed Name and Title Persimmon Ave Lap Sidewalk Bid IFB12/13-19 FDOT Project No.427898-1-58-1 AGREEMENT 00520-19 SECTION 00520 AGREEMENT FORM 20 ATTEST: EST-1P ezas�—& UCfO,i I - �, etw� �-iq-ly By ignature) Date TerF�r�� WIoRR iS eptti. 3te,L4-N-le t Printed Name and Title OWNER: Cit of Sanford Name of Owner pp' By (Signature) ' Date (SEAL) Jeff Tri•lett Ma or Printed Name and Ttle ATTEST , Zet_ B (Signature) �, at City Clerk Y Printed Name and Title Approved as to form and legal suffi'iency. // 0 i'lam L. Colbert Date City Attorney END OF SECTION Persimmon Ave Lap Sidewalk Bid IFB12/13-19 FDOT Project No.427898-1-58-1 AGREEMENT 00520-20 (ottiii (f p0 I WS RM X ' I� Item No. 'r -1877 CITY COMMISSION MEMORANDUM 14-- 1 13.A JUNE 9, 2014 AGENDA To: Honorable Mayor and Members of the City Commission PREPARED BY: Robert Beall, Project Manager SUBMITTED BY: Norton N. Bonaparte, Jr., City Manager SUBJECT: Persimmon Avenue Sidewalk Project SYNOPSIS: Approval of bid award to the lowest responsive and responsible bidder, Estep Construction, Inc. is requested. FISCAL/STAFFING STATEMENT: The bid amount for Estep Construction, Inc. is $451,165 of which $422,747 is being reimbursed by the Florida Department of Transportation (FDOT) and the remaining amount is being funded through the Second Generation Sales Tax. BACKGROUND: The Local Agency Program (LAP) Grant project will complete 10-feet wide sidewalks, ramps that comply with the Americans with Disabilities Act and creates a connection on Persimmon Avenue from Southwest Road to West 8th Street and West 8th Street from Persimmon Avenue to Poplar Avenue connecting it to Coastline Park and the Goldsboro Trailhead. This will allow for pedestrians to get to their destinations safely. As this LAP Grant project is located within the Federal Highway System, certain aspects of the project are subject to FDOT regulations. This means that an FDOT certified contractor must be procured according to FDOT requirements and specifications. FDOT regulations for LAP projects require prequalification of contractors. The lowest bidder, Parthenon Construction Company, was not FDOT prequalified and was determined to be non-responsive under that criterion. Estep Construction is FDOT prequalified and,thus, is a responsive bidder under that criterion. The City advertised a bid to perform the work and below is the tabulation of the three responsive and responsible companies that bid on the LAP project: Estep Construction, Inc. FDOT Prequalified $451,165.00 Florida Safety Contractors, Inc. FDOT Prequalified $513,835.80 Gregori Construction, Inc. FDOT Prequalified $535,527.80 LEGAL REVIEW: The Assistant City Attorney has reviewed the Agreement and has no legal objection assuming all notices and meeting minutes were accomplished in accordance with controlling law. RECOMMENDATION: It is staff's recommendation that the City Commission award the bid to Estep Construction, Inc. for the construction of sidewalk between Persimmon Avenue and Coastline Park, in an amount not to exceed $451,165. SUGGESTED MOTION: "I move to award the bid to Estep Construction, Inc. for the construction of sidewalk between Persimmon Avenue and Coastline Park, in an amount not to exceed $451,165. Attachment: Agreement Form • b FLORIDA SURETY BONDS INC. 620 N.Wym Maitland,FL X751 51 407-78:i+770 Fax 407-7861-}766 1326 S.Ridgewood Avenue,Sui#15 Daytona Beach,FL a114 386-898507 Fax 386-891510 rig 888-786-BOND 0663) June 24, 2014 Fax 888-718-BOND 8663) www.FloridaSu retyBonclgcom 7CI a City of Sanford, Florida 300 N. Park Ave. Sanford, FL 32771 b vc Re: Authority to Date Bonds and Powers of Attorney Principal: Estep Construction, Inc. `� Bond No.: SEIFSU 0630343 Project: FDOT Project No.427898-1-58-1, Persimmon Avenue LAP Sidewalk Bid IFB12/13-19, Sanford, Florida rn -t O O Dear Sir or Madam: szo b Please be advised that as Surety on the above referenced bond, executed on your behalf for this project, we hereby authorize you to date the bonds and the powers of attorney concurrent with the date of the contract agreement. 0 Once dated,please fax a copy of the bonds to our office. 0 Sincerely, o.. Internati onal Fidelity Insurance Company ;* AA• itaxiati- dbe 7�cE ;pi 1ttn,,4,., zCiiA Leslie M. Donahue "` m '° ?� rn Attorney-in-Fact and C„ Florida licensed Resident Agent EALtn . 1004 1 SECTION 00605-1 PERFORMANCE BOND Bond No.SEIFSU 0630343 Executed in 3 Counterparts KNOW ALL MEN BY THESE PRESENTS: that Estep Construction, Inc. (Name of CONTRACTOR) 689 S Binion Road, Apopka FL 32703 Phone (407) 325-5998 (Address of CONTRACTOR) a Corporation , hereinafter called (Corporation, Partnership or Individual) Principal, and International Fidelity Insurance Company (Name of Surety) One Newark Center, Newark NJ 07102-5207 Phone (973)624-7200 (Address of Surety) hereinafter called Surety, are held and firmly bound unto 1) City of Sanford, Florida hereinafter called OWNER, in the full and just Sum of Four Hundred Fifty One Thousand, One Hundred Sixty Five and 00/100 DOLLARS ($ 451,165.00---- ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents. The sum shall not be less than one hundred percent(100%)of the Contract Price. THE CONDITION OF THIS OBLIGATION is su h that whereas, the Principal entered into a certain Agreement with the OWNER, dated the IV day of 7c ,fly a copy of which is hereto attached and made a part hereof for the construction of 2j Persimmon Avenue LAP Sidewalk, IFB 12/13-19 FDOT Project No. 427898-1-58-1 1) Name of Owner located at 300 N. Park Ave., Sanford FL 32771 (407)688-5030 2) Name of Project identified in Instructions to Bidders located in Sanford, Florida This bond is being entered into to satisfy the requirements of Section 255.05, Florida Statutes and the Agreement referenced above, as the same may be amended. The Surety shall be bound by any and all alternative dispute resolution awards and settlements to the same extent as CONTRACTOR is bound. NOW, THEREFORE, the condition of this obligation is such that if Principal: 1. Promptly and faithfully performs its duties, all the covenants, terms, conditions, and agreements of said Agreement including, but not limited to the insurance provisions, guaranty period and the warranty provisions, in the time and manner prescribed in the Agreement, and 00605-1 IFB 12/13-19 Persimmon Ave Lap Sidewalk FDOT Project NO. 27898-1-58-1 PERFORMANCE BOND 2. Pays OWNER all losses, damages, delay damages (liquidated or actual), expenses, costs and attorneys' fees, including costs and attorney's fees on appeal that OWNER sustains resulting directly or indirectly from any breach or default by Principal under the Agreement, and 3. Satisfies all claims and demands incurred under the Agreement, and fully indemnifies and holds harmless the OWNER from all costs and damages which it may suffer by reason or failure to do so, then this bond is void; otherwise it shall remain in full force and effect. The coverage of this Performance Bond is co-equal with each and every obligation of the Principal under the above referenced Agreement and the Contract Documents of which the Agreement is a part. In the event that the Principal shall fail to perform any of the terms, covenants and conditions of the Agreement and the Contract Documents of which the Agreement is a part during the period in which this Performance Bond is in effect, the Surety shall remain liable to the OWNER for all such loss or damage. In the event that the Surety fails to fulfill its obligations under this Performance Bond, then the Surety shall also indemnify and hold the OWNER harmless from any and all loss, damage, cost and expense, including reasonable attorneys' fees and costs for all trial and appellate proceedings, resulting directly or indirectly from the Surety's failure to fulfill its obligations hereunder. This subsection shall survive the termination or cancellation of this Performance Bond. The Surety stipulates and agrees that its obligation is to perform the Principal's work under the Agreement under the Bond. The following shall not be considered performance under the Bond: (i) Surety's financing of the Principal to keep Principal from defaulting under the Contract Documents, (ii) Surety's offers to OWNER to buy back the Bond, and (iii) Surety's election to do nothing under the Bond shall be construed as a material breach of the Bond and bad faith by the Surety. The Surety agrees that its obligation under the bond is to: (I) take over performance of the Principal's Work and be the completing Surety even if performance of the Principal's Work exceeds the Principal's Contract Price or (ii)re-bid and re-let the Principal's Work to a completing contractor with Surety remaining liable for the completing contractor's performance of the Principal's Work and furnishing adequate funds to complete the Work. The Surety acknowledges that its cost of completion upon default by the Principal may exceed the Contract Price. In any event, the Principal's Contract Time is of the essence and applicable delay damages are not waived by OWNER. The Surety, for value received, hereby stipulates and agrees that its obligations hereunder shall be direct and immediate and not conditional or contingent upon OWNER's pursuit of its remedies against Principal, shall remain in full force and effect notwithstanding (i) amendments or modifications to the Agreement entered into by OWNER and Principal without the Surety's knowledge or consent (ii) waivers of compliance with or nay default under the Agreement granted by OWNER to Principal without the Surety's knowledge or consent, or (iii) the discharge of Principal from its obligations under the Agreement as a result of any proceeding initiated under the Bankruptcy Code of 1978, as the same may be amended, or any 00605-2 IFB 12/13-19 Persimmon Ave Lap Sidewalk FDOT Project NO.427898-1-58-1 PERFORMANCE BOND similar state or federal law, or any limitation of the liability or Principal or its estate as a result of any such proceeding. Any changes in or under the Agreement and Contract Documents and compliance or noncompliance with any formalities es connec e d with the Agreement or the changes r g g s the ein shall not affect Surety's obligations under this Bond and Surety hereby waives notice of any such changes. Further, Principal and Surety acknowledge that the Sum of this Bond shall increase or decrease in accordance with Change Orders (unilateral and bilateral) or other modifications to the Agreement and Contract Documents. The Performance Bond and the Payment Bond and the covered amounts of each are separate and distinct from each other. This Bond is intended to comply with the requirements of Section 255.05, Florida Statutes, as amended, and additionally, to provide common law rights more expansive than as required by statute. The Surety agrees that this Bond shall be construed as a common law bond. IN WITNESS WHEREOF, this instrument is executed this the Icy day of t 20 ■ 4- . Estep Construction, Inc. ATTEST: Principa ontractor) %.,; r , AI leretary irincipal) By ID attire) ``oottrrrrrrAi IINec (s S /e t9y - iL9 0t1I- �\,,`c.-fy1 asit�n'e, Typed Name and TRJle•c) . c� •• �� ' �:''/ C 's.5 " 689 S Binion Road• F.F - E, ( ® 'O ATE SEAL) Address • ....."1 �y� Apopka FL 32703 ' : . •• \ City, State, Zip 0 1 V—� (407)325-5998 (407)884-6904 (Witness to Pr(icipal) Telephone No. Facsimile No. k\axtd\ D . Mom c Typed Nam ATTEST. ( / International Fidelity Insurance Company ('u:i Secretary Surety 00605-3 IFB 12/13-19 Persimmon Ave Lap Sidewalk FDOT Project NO. 427898-1-58-1 PERFORMANCE BOND Susan L. Reich (973) 624-7200 (973)624140$ Typed Name Telephone No. FacsitA.n...,� c/ .,' rte (CORPORATE SEAL) 1y;'. By: � '""`�"' '",• �� itness as to Surety Attorney-in-Fact`&"Fc icensQP Resittev ff'Agent.. Lisa Roseland Leslie M. Donahue Typed Name Typed Name Inquiries (407) 786-7770 /41 ` a.//; One Newark Center +ritness as to Surety / Address Donna Keefer Newark NJ 07102-5207 Typed Name City, State, Zip (973)624-7200 (973)624-1408 Telephone No. Facsimile No. NOTE: 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 artnershi all partners shall P P. P execute the 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. END OF SECTION 00605-4 (FB 12/13-19 Persimmon Ave Lap Sidewalk FDOT Project NO. 427898-1-58-1 Bond No.SEIFSU 0630343 00610 Executed in 3 Counterparts PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: that Estep Construction. Inc. (Name of CONTRACTOR) 689 S Binion Road, Apopka FL 32703 Phone (407) 325-5998 (Address of CONTRACTOR) a Corporation , hereinafter called (Corporation, Partnership or Individual) Principal, and International Fidelity Insurance Company (Name of Surety) One Newark Center, Newark NJ 07102-5207 Phone (973) 624-7200 (Address of Surety) hereinafter called Surety, are held and firmly bound unto 1) City of Sanford, Florida hereinafter called OWNER, in the full and just Sum of Four Hundred Ninety Six Thousand, Two Hundred Eighty One and 50/100 DOLLARS ($ 496,281.50 ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents. The sum shall not be less than one hundred ten percent(110%) of the Contract Price. THE CONDITION OF THIS OBLIGATION is su that whereas, the Principal entered into a certain Agreement with the OWNER, dated the lIP day of 'Ju,ne ,Z01(-1 a copy of which is hereto attached and made a part hereof for the construction of 21 Persimmon Avenue LAP Sidewalk, IFB 12/13-19 FDOT Project No. 427898-1-58-1 1) Name of Owner located at 300 N. Park Ave., Sanford FL 32771 (407)688-5030 2) Name of Project identified in Instructions to Bidders located in Sanford, Florida The Surety shall be bound by any and all alternative dispute resolution awards and settlements to the same extent as CONTRACTOR is bound. NOW, THEREFORE, the condition of this obligation is such that if Principal shall promptly make payments to all claimants as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, Materials, or supplies, used directly or indirectly by Principal in the prosecution of the Work provided for in the Agreement, then this obligation shall be void; otherwise, it shall remain in full force and effect subject, however, to the following conditions: 1. This Bond is furnished for the purpose of complying with the requirements of Section 255.05, Florida Statutes, as the same may be amended. 2. Therefore, a claimant, except a laborer, who is not in privity with the CONTRACTOR and who has not received payment for his labor, Materials or supplies shall, within forty-five (45) days after beginning to furnish labor, Materials or supplies for the prosecution of the Work, furnish the CONTRACTOR with a notice that he intends to look to the Bond for protection. A claimant who is IFB 12/13-19 Persimmon Ave Lap Sidewalk FDOT Project NO. 27898-1-58-1 00610-02 not in privity with the CONTRACTOR and who has not received payment for his labor, Materials or supplies shall within ninety (90) days after performance of the labor or completion of delivery of the Materials or supplies, or, with respect to rental equipment, within 90 days after the date that the rental equipment was last on the job site available for use, deliver to the CONTRACTOR and to the Surety written notice of the performance of the labor or delivery of the Materials or supplies and of the nonpayment. No action for the labor, Materials or supplies may be instituted against the CONTRACTOR or the Surety on the bond after one (1) year from the performance of the labor or completion of the delivery of the Materials or supplies. 3. The Surety, for value received, hereby stipulates and agrees that its obligations hereunder shall remain in full force and effect notwithstanding (i) amendments or modifications to the Agreement entered into by OWNER and Principal without the Surety's knowledge or consent, (ii) waivers of compliance with or any default under the Agreement granted by OWNER to Principal without the Surety's knowledge or consent, or(iii)the discharge of Principal from its obligations under the Agreement as a result of any proceeding initiated under The Bankruptcy Code of 1978, as the same may be amended, or any similar state or federal law, or any limitation of the liability or Principal or its estate as a result of any such proceeding. 4. Any changes in or under the Agreement or Contract Documents and compliance or noncompliance with any formalities connected with the Agreement or the changes therein shall not affect Surety's obligations under this Bond and Surety hereby waives notice of any such changes. Further. Principal and Surety acknowledge that the Sum of this Bond shall increase or decrease in accordance with the Change Orders (unilateral and bilateral) or other modifications to the Agreement or Contract Documents. 5. The Performance Bond and the Payment Bond and the covered amounts of each are separate and distinct from each other. G, IN WITNESS WHEREOF, this instrument is executed this the (( day of SLU'1e ZO I L • EsteD Construction, Inc. ATTEST: Principal •ntractor) /7,_ retary(''incipal) By 'en. ure) ittiP4f gas 4— Pee-S3 F Typed Name Typed Narrfe and Title 689 S Binion Road C �\`c©RPQR6TE SEAL) Address i•3, C 0 ' (i' • 4 co lf) Apopka FL 32703 A., V ::.►FB 12114-19 Persimmon Ave Lap Sidewalk FDOT Project NO. 27898-1-58-1 City, State, Zip 12 • +11 l(f 1 (407) 325-5998 (407) 884-6904 (Witness to Pri• ipal) Telephone No. Facsimile No. MQrid'j D M Typed Nam ATTEST '1 International Fidelity Insurance Company (Su ) Secretary Surety Susan L. Reich (973) 624-7200 (973) 624-1408 Typed Name Telephone No. Facsimile No. •-, (CORPORATE SEAL) '' cQ '" �' ry a By: Witness as to Surety Attorney-in-Fact & FL..L)cefted`) ',; • ReSiden't Agent Lisa Roseland Leslie M. Donahue - Typed Name Typed Name Inquiries (407)786-7770 L... At One Newark Center Hess as to Surety / Address Donna Keefer Newark NJ 07102-5207 Typed Name City, State, Zip 624-1408 (973)6 24-7200 (97 3)6 Telephone No. Facsimile No. NOTE: 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. ATTACH a certified Power-of-Attorney appointing individual Attorney-in-Fact for execution of Performance Bond on behalf of Surety. END OF SECTION • 00610-3 IFB 12113.19 Persimmon Ave Lap Sidewalk FDOT Project NO. 427898-1-58-1 • Tel(973)624-7200 POWER OF ATTORNEY INTERNATIONAL FIDELITY INSURANCE COMPANY ALLEGHENY CASUALTY COMPANY ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102-5207 KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY,a corporation organized and existing under the laws of the State of New Jersey, and ALLEGHENY CASUALTY COMPANY a corporation organized and existing under the laws of the State of Pennsylvania,having their principal office in the City of Newark,New Jersey,do hereby constitute and appoint CHERYL FOLEY, KIM E. NIV, TERESA L. DURHAM, PATRICIA L. SLAUGHTER, LESLIE M. DONAHUE, SUSAN L. REICH, GLORIA A. RICHARDS, DON BRAMLAGE, JEFFREY W. REICH Maitland, FL. their true and lawful attorney(s)-in-fact to execute,seal and deliver for and on its behalf as surety,any and all bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed,required or permitted by law,statute,rule,regulation,contract or otherwise, and the execution of such instrument(s) in pursuance of these presents,shall be as binding upon the said INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY, as fully and amply, to all intents and purposes,as if the same had been duly executed and acknowledged by their regularly elected officers at their principal offices. This Power of Attorney is executed,and may be revoked, pursuant to and by authority of the By-Laws of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY and is granted under and by authority of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 20th day of July,2010 and by the Board of Directors of ALLEGHENY CASUALTY COMPANY at a meeting duly held on the 15th day of August,2000: "RESOLVED,that (1)the President,Vice President, Executive Vice President or Secretary of the Corporation shall have the power to appoint,and to revoke the appointments of,Attorneys-in-Fact or agents with power and authority as defined or limited in their respective powers of attorney,and to execute on behalf of the Corporation and affix the Corporation's seal thereto,bonds, undertakings, recognizances, contracts of indemnity and other written obligations in the nature thereof or related thereto; and (2).any such Officers of the Corporation may appoint and revoke the appointments of joint-control custodians, agents for acceptance of process, and Attorneys-in-fact with authority to execute waivers and consents on behalf of the Corporation;and (3)the signature of any such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or certification given for the execution of any bond,undertaking,recognizance, contract of indemnity or other written obligation in the nature thereof or related thereto,such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation,to be valid and binding upon the Corporation with the same force and effect as though manually affixed." IN WITNESS WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY have each executed and attested these presents on this 12th day of March,2012. Y STATE OF NEW JERSEY Z County of Essex 4? . t uktk to 1936 1904 or:, ROBERT W.MINSTER ,o�. _ �� / Executive Vice President/Chief Operating Officer `'yNSYL`f�t� (International Fidelity Insurance Company) and President(Allegheny Casualty Company) On this 12th day of March 2012, before me came the individual who executed the preceding instrument,to me personally known,and, being by me duly sworn, said he is the therein described and authorized officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY; that the seals affixed to said instrument are the Corporate Seals of said Companies;that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark,New Jersey the day and year first above written. ryck•C •Vs •• � 4 A NOTARY PUBLIC OF NEW JERSEY - ,,.�`� My Commission Expires Mar.27,2014 O-i'40 -j„” CERTIFICATION I,the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit,and the copy of the Sections of the By-Laws of said Companies as set forth in said Power of Attorney, with the originals on file in the home office of said companies, and that the same are correct transcripts thereof,and of the whole of the said originals,and that the said Power of Attorney has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto set my hand this day of MARIA BRANCO,Assistant Secretary The City advertised a bid to perform the work and below is the tabulation of the three responsive and responsible companies that bid on the LAP project: Estep Construction, Inc. FDOT Prequalified $451,165.00 Florida Safety Contractors, Inc. FDOT Prequalified $513,835.80 Gregori Construction, Inc. FDOT Prequalified $535,527.80 LEGAL REVIEW: The Assistant City Attorney has reviewed the Agreement and has no legal objection assuming all notices and meeting minutes were accomplished in accordance with controlling law. RECOMMENDATION: It is staff's recommendation that the City Commission award the bid to Estep Construction, Inc. for the construction of sidewalk between Persimmon Avenue and Coastline Park, in an amount not to exceed $451,165. B. APPROVE AWARD OF IFB 13714.22 TO FERGUSON ENTERPRISES AND INCREASE PURCHASE ORDER No. 33674 IN AN AMOUNT NOT TO EXCEED $90,000 FOR THE PURCHASE OF STORM STRUCTURES, MANHOLE COVERS AND GRATES. SYNOPSIS: Award of IFB 13/14-22 to Ferguson Enterprises and increase Purchase Order #33674 for the purchase of storm structures, manhole covers and grates is requested. FISCALISTAFFING STATEMENT: Funds in an amount not to exceed $90,000 are requested and available in the Stormwater Secondary Drainage Account. BACKGROUND: Various Stormwater supplies and materials were competitively bid and awarded to Ferguson Enterprises. The City contracted with Ferguson Enterprises to furnish these items. The original purchase order did not include the concrete precast structures or the cast iron stormwater grates. These items are required due to the amount of stormwater projects and repairs. Public Works Stormwater Division plans to construct numerous stormwater management projects throughout the City this year. Due to deteriorating stormwater infrastructure there has been a spike in unexpected repairs. These structures will be used for retrofit projects and some will be stored for unexpected repairs. LEGAL REVIEW: The City Attorney has no legal objection with compliance being maintained relative to the City's purchasing policies and procedures. RECOMMENDATION: It is staff's recommendation that the City Commission approve the award of IFB13/14-22 to Ferguson Enterprises and increase Purchase Order #33674 in an amount not to exceed $90,000 for the purchase of storm structures, manhole covers and grates. C. APPROVE INTERLOCAL AGREEMENT BETWEEN SEMINOLE COUNTY AND THE CITY OF SANFORD RELATING TO COMMUNITY BLOCK DEVELOPMENT GRANT PROGRAM ADMINISTRATION. (WS-4.A) SYNOPSIS: Approval of an Interlocal Agreement between Seminole County and the City relating to administration of the City's Community Development Block Grant program is requested. FISCALISTAFFING STATEMENT: The U.S. Department of Housing and Urban Development (HUD) for Program Year 2013 (October 1, 2013 through September 30, 2014) has allocated $428,791 in CDBG funding and for program Year 2014 (October 1, 2014- September 30, 2015) has allocated $379,551 to the City of Sanford. There is 20% of the funding allocated each program year for program planning and administration. The 20% will be assigned to Seminole County. There will be no cost to the City for this program. BACKGROUND: In 2010 the City of Sanford became an entitlement community and ceased participation in the Seminole County Urban County Entitlement Jurisdiction. August of 2010 the City of Sanford submitted to HUD its Five-Year 2010-2014 CDBG Consolidated Plan and in October of 2010 HUD approved the Five-Year Consolidated Plan. As noted in Section 6 of the Consolidated Plan, Goldsboro and Georgetown neighborhoods are designated as the target areas. Upgrading the infrastructure (including the housing infrastructure) in the CDBG target areas is the major focus of the CDBG Program. Consequently, the majority of the CDBG funding has been and will continue to be directed to the City's target areas. The Plan committed 80% of the CDBG funding being expended to improve the quality of life for low income persons. The priorities and objectives stated in the Consolidated Plan are: • Rehabilitation and upgrade infrastructure in low income / moderate target areas (Goldsboro and Georgetown) • Make improvements to or develop new public facilities • Provide public services to low and moderate income residents • Provide for demolition and clearance of unsafe, vacant, and dilapidated structures • Provide opportunity for affordable housing, in-fill construction on cleared lots • Provide homeowner occupied housing rehabilitation to low and moderate income residents • Expand economic development opportunities for target area During the past four years, Staff has implemented the housing rehabilitation programs, special economic development programs, public services programs and infrastructure improvement programs. Although the programs have been implemented, the burden on the limited CDBG staff has been very demanding. Based on a monitoring report from HUD received in June of 2013 it was noted: "The City of Sanford does not have the staff capacity to continue to administer the CDBG program under the current structure. The City should consider restructuring how they are administering their current CDBG program, to accommodate for staff experience and capacity. HUD Recommends expanding the role of the sub recipients and contracting with consultants for regulatory expertise." After exploring the cost of restructuring, the cost of additional staff and the anticipated decrease in CDBG funding for small entitlement communities, in November of 2013 The City initiated conversations with Seminole County to administer the City CDBG program. Attached is the Interlocal Agreement with Seminole County to administer the CDBG program for the 20% planning and administration cost HUD allows. LEGAL REVIEW: The City Attorney has reviewed the Interlocal Agreement and has no legal objections. RECOMMENDATION: It is staff's recommendation that the City Commission approve the Interlocal Agreement between Seminole County and the City relating to the Community Development Block Grant program administration. SUGGESTED MOTION: "I move to approve the Consent Agenda." L