Loading...
2276 PBA 20/21-05 Boulevard Contractors Corp piggyback w/Sem CoC ;�TY 01 FINANCE DEPARTMENT PURCHASING DEPARTMENT CI CANNED q,?169 TRANsMITTAL MEMORANDUM TO: City Clerk/Mayor Izz7 RE: PBA 20/21-05 Construction, Renovation, Repair and Alteration Services The item(s) noted below is/are attached and forwarded to your office for the following action(s): ❑ Development Order F-1 Mayor's signature F-1 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 0 Special Instructions: Piggyback with Seminole County, under 50k and will not need to Commission approval From SbarePoint—Finance—Purebasing_yorms - 2018.doc 11/1712020 Date Boulevard Contractors Corp. Piggyback Contract (PBA 20/21-05) (Construction, Renovation, Repair And Alteration Services) The City of Sanford ("City") enters this "Piggyback" Contract with Boulevard Contractors Corp., a Maryland corporation (hereinafter referred to as the "Vendor"), whose principal address is 10451 Mill Run Circle, Suite 1005, Owings Mills, Maryland 21117, under the terms and conditions hereinafter provided. The City and the Vendor agree as follows: (1). The Purchasing Policy for the City of Sanford allows for "piggybacking" contracts. Pursuant to this procedure, the City is allowed to piggyback an existing government contract, and there is no need to obtain formal or informal quotations, proposals or bids. The parties agree that the Vendor has entered a contract with the government of Seminole County, Florida, said contract being identified as "Term Contract For Various Minor Construction, Renovation, Repair And Alteration Services Of Structural And Non -Structural Projects With A Value Lesser (sic) Than $100K Each (IFB-603836-20/BJC) ", as may have been amended, in order for the Vendor to provide goods and services relating to the City's need for Construction, renovation, repair and alteration services of structural and non-structural projects with a value of less than $100,000.00 (said original contract being referred to as the "original government contract" which is based upon procurement activity conditions). (2). The original government contract documents are incorporated herein by reference and attached as Exhibit "A" to this Contract. All of the terms and conditions set out in the original government contract are fully binding on the parties and said terms and conditions are incorporated herein; provided, however, that the City will 11 P a g e negotiate and enter work orders/purchase orders with the Vendor in accordance with City policies and procedures for particular goods and services. (3). Notwithstanding the requirement that the original government contract is fully binding on the parties, the parties have agreed to modify certain technical provisions of the original government contract as applied to this Contract between the Vendor and the City, as follows: N/A. (a). Time Period ("Term") of this Contract: (state N/A if this is not applicable). (b). Insurance Requirements of this Contract: (state N/A if this is not applicable). N/A. (c). Notwithstanding anything in the original government contract to the contrary, the City's terms and conditions relating to the issuance of purchase orders or work orders, or referenced in such documents, shall prevail over any inconsistent provisions of the original government contract. (d). Address change for the City: Notwithstanding the address and contact information for the government entity as set out in the original government contract, the Vendor agrees that he/she/it shall send notices, invoices and shall conduct all business with the City to the attention of City Manager, at: City of Sanford, 300 North Park Avenue; Sanford, Florida 32771. The City Manager's designated representative for this Contract is Marisol Ordohez, Purchasing Manager, Finance -Purchasing Division, 300 North Park Avenue; Sanford, Florida 32771, telephone number (407) 688-5028 and whose e-mail address is Marisol.ordonez@sanfordfl.gov. 2 1 P a g e (e). Notwithstanding anything in the original government contract to the contrary, the venue of any dispute will be in Seminole County, Florida. Litigation between the parties arising out of this Contract shall be in Seminole County, Florida in the Court of appropriate jurisdiction. The law of Florida shall control any dispute between the parties arising out of or related to this Contract, the performance thereof or any products or services delivered pursuant to such Contract. (f). Notwithstanding any other provision in the original government contract to the contrary, there shall be no arbitration with respect to any dispute between the parties arising out of this Contract. Dispute resolution shall be through voluntary and non-binding mediation, negotiation or litigation in the court of appropriate jurisdiction in Seminole County, Florida, with the parties bearing the costs of their own legal fees with respect to any dispute resolution, including litigation. (g). Notwithstanding any other provision in the original government contract to the contrary, the Vendor shall provide the City with most favored nation pricing. (h). All the services to be provided or performed shall be in conformance with commonly accepted industry and professional codes and standards, standards of the City, and the laws of any Federal, State or local regulatory agency. (i). Public Records Requirements. (1). 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 3_) P a g e CUSTODIAN OF PUBLIC RECORDS AT (407) 688-50121 SANFORD, CITY HALL, 300 NORTH PARK AVENUE, SANFORD, FLORIDA 327711 (11). In order to comply with Section 119.0701, Florida Statutes, public records laws, the Vendor must: (A). Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service. (13). Provide the public with access to public records on 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 bylaw. (C). Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (D).Meet all requirements for retaining public records and transfer, at no cost, to the City all public records in possession of the Vendor upon termination of this Contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored 4 J P a g e N electronically must be provided to the City in a format that is compatible with the information technology systems of the City. (111). If the Vendor does not comply with a public records request, the City shall enforce the provisions of this Contract in accordance with the terms and conditions of this Contract. (IV). Failure by the Vendor to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the City. The Vendor shall promptly provide the City with a copy of any request to inspect or copy public records in possession of the Vendor and shall promptly provide the City with a copy of the Vendor's response to each such request. 0). All other provisions in the original government contract are fully binding on the parties and will represent the agreement between the City and the Vendor. Entered on the last date of a signatory hereto as set forth below. Attest: Sara Pate� Secretary Attest: Boulevard Contractors Corp., a Maryland corporation. By: Javed Pat� President Diect r Date: 10 f -1 1 ILO —4 City Of IL ui Traci Houchin, City Clerk, MMC, FCRM P Approy%qa _ sjo form and legal �bert City Attbrw 11- /V , AZA W5 51 Page Exhibit "A" [Attach original government contract documents] 6Page TERM CONTRACT FOR VARIOUS MINOR CONSTRUCTION, RENOVATION, REPAIR, AND ALTERATION OF STRUCTURAL AND NON-STRUCTURAL PROJECTS WITH A VALUE LESSER THAN $100K EACH (IFB-603836-20BJC) THIS AGREEMENT is dated as of the day of 20 , by and between BOULEVARD CONTRACTORS CORP., duly authorized to conduct business in the State of Florida, whose principal address is 10451 Mill Run Circle, Suite 1005, Owings Mills, Maryland 21117, in this Agreement referred to as "CONTRACTOR", and SEMINOLE COUNTY, a charter county and political subdivision of the State of Florida, whose address is Seminole County Services Building, 1101 E. V Street, Sanford, Florida 32771, in this Agreement referred to as "COUNTY". WITNESSETH: WHEREAS, COUNTY desires to retain the services of a competent and qualified contractor to provide various minor construction, renovation, repair, and alteration of structural and non-structural projects with a value lesser than $100K each for Seminole County; and WHEREAS, COUNTY has requested and received expressions of interest for the retention of services of contractors; and WHEREAS, CONTRACTOR is competent and qualified to provide materials and services to COUNTY and desires to provide materials and services according to the terms and conditions stated in this Agreement, NOW, THEREFORE, in consideration of the mutual understandings and covenants set forth in this Agreement, COUNTY and CONTRACTOR agree as follows: Section 1. Materials and Services. COUNTY hereby retains CONTRACTOR to provide materials and services as further described in the Scope of Services attached as Exhibit A and made Term Contract for Various Minor Construction, Renovation, Repair, and Alteratiot� of Structural and Non -Structural Projects with a Value less "Eff9d Y t%RANT MALOY (IFB-603836-20/BJC) CLERK 03F�iRCUITCOURT Page 1 of 21 AND COMPTROLLER SEMIN E COUNTYff}LORIDA eY .�•t - ��''r -'�bEPUTY CLERK a part of this Agreement. CONTRACTOR is also bound by all requirements as contained in the solicitation package, all addenda to this package, and CONTRACTOR's submission in response to this solicitation. Required materials and services will be specifically enumerated, described, and depicted in the Purchase Orders authorizing purchase of specific materials and services. This Agreement standing alone does not authorize the purchase of materials and services or require COUNTY to place any orders for work. Section 2. Term. This Agreement takes effect on the date of its execution by COUNTY and continues for a period of three (3) years. At the sole option of COUNTY, this Agreement may be renewed for two (2) successive periods not to exceed one (1) year each. Expiration of the term of this Agreement will have no effect upon Purchase Orders issued pursuant to this Agreement and prior to the expiration date. Obligations entered by both parties under such Purchase Orders will remain in effect until delivery and acceptance of the materials authorized by the respective Purchase Order. The first three (3) months of the initial term are considered probationary. During the probationary period, COUNTY may immediately terminate this Agreement at any time, with or without cause, upon written notice to CONTRACTOR Section 3. Authorization for Materials and Services. Authorization for provision of materials and services by CONTRACTOR under this Agreement must be in the form of written Purchase Orders issued and executed by COUNTY. A sample Purchase Order is attached as Exhibit B. Each Purchase Order will describe the materials and services required, state the dates for delivery of materials and services, and establish the amount and method of payment. The Purchase Orders must be issued under and incorporate the terms of this Agreement. COUNTY makes no covenant or promise as to the number of available Purchase Orders or that CONTRACTOR will perform any Purchase Order for COUNTY during the life of this Agreement. Term Contract for Various Minor Construction, Renovation, Repair, and Alteration of Structural and Non -Structural Projects with a Value less than $100K Each (IFB-603836-20BJC) Page 2 of 21 COUNTY reserves the right to contract with other parties for the services contemplated by this Agreement when it is determined by COUNTY to be in the best interest of COUNTY to do so. Section 4. Time for Completion. The materials and services to be provided by CONTRACTOR will be delivered, as specified in such Purchase Orders as may be issued under this Agreement, within the time specified in the Purchase Order. Section 5. Compensation. COUNTY shall compensate CONTRACTOR for the materials and services provided for under this Agreement on a Fixed Fee basis at the rates as outlined in Exhibit C. When a Purchase Order is issued on a Fixed Fee basis, then the applicable Purchase Order Fixed Fee amount will include any and all reimbursable expenses and will be based on the unit pricing attached to this Agreement, or as reduced in the quoting process leading to specific Purchase Orders. Section 6. Payment and Billing. (a) CONTRACTOR shall supply all materials and services required by the Purchase Order, but in no event will CONTRACTOR be paid more than the negotiated Fixed Fee amount stated within each Purchase Order. (b) For Purchase Orders issued on a Fixed Fee basis, CONTRACTOR may invoice the amount due based on the percentage of total Purchase Order materials and services actually provided, but in no event may the invoice amount exceed a percentage of the Fixed Fee amount equal to a percentage of the total services actually completed. (c) COUNTY shall make payments to CONTRACTOR when requested as materials and services are provided, but not more than once monthly. Each Purchase Order must be invoiced separately. At the close of each calendar month, CONTRACTOR shall render to COUNTY an itemized invoice, properly dated, describing any materials and services provided, the cost of the Term Contract for Various Minor Construction, Renovation, Repair, and Alteration of Structural and Non -Structural Projects with a Value less than $100KEach (IFB-603836-20BJC) Page 3 of 21 materials and services provided, the name and address of CONTRACTOR, Purchase Order Number, Contract Number, and any other information required by this Agreement. (d) The original invoice must be sent to: Director of County Comptroller's Office Seminole County Board of County Commissioners Post Office Box 8080 Sanford, FL 32772-8080 A copy of the invoice must be sent to: Seminole County Fleet and Facilities Management Division 205 W. County Home Road Sanford, FL 32773 (e) Upon review and approval of CONTRACTOR's invoice, COUNTY shall pay ,CONTRACTOR the approved amount in accordance with the terms as set forth in Chapter 218, Part VII, Florida Statutes. Section 7. General Terms of Payment and Billing. (a) Upon satisfactory delivery of materials and services required under this Agreement and upon acceptance of the materials and services by COUNTY, CONTRACTOR may invoice COUNTY for the full amount of compensation provided for under the terms of this Agreement less any amount already paid by COUNTY. Upon review and approval of CONTRACTOR's invoice, COUNTY will, in accordance with the terms as set forth in Chapter 218, Part VII, Florida Statutes, pay CONTRACTOR the approved amount. (b) COUNTY may perform or have performed an audit of the records of CONTRACTOR at any time during the term of this Agreement and after final payment to support final payment under this Agreement. Audits may be performed at a time mutually agreeable to CONTRACTOR and COUNTY. Total compensation to CONTRACTOR may be determined Term Contract for Various Minor Construction, Renovation, Repair, and Alteration of Structural and Non -Structural Projects with a Value less than $100K Each (IFB-603836-20BJC) Page 4 of 21 subsequent to an audit as provided for in this Section and the total compensation so determined will be used to calculate final payment to CONTRACTOR. Performance of this audit will not delay final payment as provided by subsection (a) of this Section. (c) CONTRACTOR shall maintain all books, documents, papers, accounting records, and other evidence pertaining to materials and services provided under this Agreement in such a manner as will readily conform to the terms of this Agreement. CONTRACTOR shall make such materials available at CONTRACTOR's office at all reasonable times during the term of this Agreement and for five (5) years from the date of final payment under the contract for audit or inspection as provided for in subsection (b) of this Section. (d) In the event any audit or inspection conducted after final payment but within the period provided in paragraph (c) of this Section reveals any overpayment by COUNTY under the terms of the Agreement, CONTRACTOR shall refund such overpayment to COUNTY within thirty (30) days of notice by COUNTY. Section 8. No Waiver by Forbearance. COUNTY's review of, approval and acceptance of, or payment for the materials or services required under this Agreement does not operate as a waiver of any rights under this Agreement, or of any cause of action arising out of the performance of this Agreement. CONTRACTOR is and will always remain liable to COUNTY in accordance with applicable law for any and all damages to COUNTY caused by CONTRACTOR's negligent or wrongful provision of any of the materials or services provided under this Agreement. Section 9. Termination. (a) COUNTY may, by written notice to CONTRACTOR, terminate this Agreement or any Purchase Order issued under this Agreement, in whole or in part, at any time, either for COUNTY's convenience or because of the failure of CONTRACTOR to fulfill its obligations Term Contract for Various Minor Construction, Renovation, Repair, and Alteration of Structural and Non -Structural Projects with a Value less than $100K Each (IFB-603836-20/BJC) Page 5 of 21 under this Agreement. Upon receipt of such notice, CONTRACTOR shall immediately discontinue all services affected, unless the notice directs otherwise, and deliver to COUNTY all data, drawings, specifications, reports, estimates, summaries, and any and all such other information and materials of whatever type or nature as may have been accumulated by CONTRACTOR in performing this Agreement, whether completed or in process. (b) If the termination is for the convenience of COUNTY, CONTRACTOR will be paid compensation for services performed to the date of termination. (c) If the termination is due to the failure of CONTRACTOR to fulfill its obligations under this Agreement, COUNTY may take over the work and carry it to completion by other agreements or otherwise. In such case, CONTRACTOR will be liable to COUNTY for all reasonable additional costs associated with CONTRACTOR's failure to fulfill its obligations under this Agreement. (d) CONTRACTOR will not be liable for such additional costs if the failure to perform the Agreement arises without any fault or negligence of CONTRACTOR, but CONTRACTOR will be responsible and liable for the actions by its subcontractors, agents, employees, persons, and entities of a similar type or nature. Matters beyond the fault or negligence of CONTRACTOR include acts of God or of the public enemy, acts of COUNTY in its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather, but in every case the failure to perform must be beyond the control and without any fault or negligence of CONTRACTOR. (e) If after notice of termination for CONTRACTOR's failure to fulfill its obligations under this Agreement it is determined that CONTRACTOR had not so failed, the termination will Term Contract for Various Minor Construction, Renovation, Repair, and Alteration of Structural and Non -Structural Projects with a Value less than $IOOK Each (IFB-603836-20BJC) Page 6 of 21 be conclusively deemed to have been effected for the convenience of COUNTY. In such event, adjustment in the Agreement price will be made as provided in subsection (b) of this Section. (f) The rights and remedies of COUNTY provided for in this Section are in addition and supplemental to any and all other rights and remedies provided by law or under this Agreement. Section 10. Conflict with Contract Documents. Wherever the terms of this Agreement conflict with any Purchase Order issued pursuant to it or any other contract documents, including proposals submitted by CONTRACTOR, this Agreement will prevail. For the avoidance of doubt, proposals and any other documents submitted by CONTRACTOR are not incorporated into this Agreement, unless expressly stated otherwise. Section 11. Equal Opportunity Employment. CONTRACTOR shall not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, religion, sex, age, disability, or national origin. CONTRACTOR shall take steps to ensure that applicants are employed and employees are treated during employment without regard to race, color, religion, sex, age, disability, or national origin. This provision includes, but is not limited to the following: employment, upgrading, demotion or transfer, recruitment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training including apprenticeship. Section 12. No Contingent Fees. CONTRACTOR warrants that it has not employed or retained any company or person other than a bona fide employee working solely for CONTRACTOR to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for CONTRACTOR, any fee, commission, percentage, gift, or other consideration contingent upon Term Contract for Various Minor Construction, Renovation, Repair, and Alteration of Structural and Non -Structural Projects with a Value less than $100K Each (IFB-603836-20/BJC) Page 7 of 21 or resulting from award or making of this Agreement. For the breach or violation of this provision, COUNTY will have the right to terminate the Agreement at its sole discretion without liability and to deduct from the Agreement price or otherwise recover the full amount of such fee, commission, percentage, gift, or consideration. Section 13. Conflict of Interest. (a) CONTRACTOR shall not engage in any action that would create a conflict of interest in the performance of its obligations pursuant to this Agreement with COUNTY or violate or cause others to violate the provisions of Chapter 112, Part III, Florida Statutes, relating to ethics in government. (b) CONTRACTOR hereby certifies that no officer, agent, or employee of COUNTY has any material interest (as defined in Section 112.312(15), Florida Statutes, as over 5%), either directly or indirectly, in the business of CONTRACTOR to be conducted under this Agreement and that no such person will have any such interest at any time during the term of this Agreement. Section 14. Assignment. Neither this Agreement nor any interest in it may be assigned, transferred, or otherwise encumbered under any circumstances by either party without prior written consent of the other party and in such cases only by a document of equal dignity with this Agreement. Section 15. Subcontractors. CONTRACTOR shall first secure the prior written approval of COUNTY before engaging or contracting for the services of any subcontractors under this Agreement. CONTRACTOR will remain fully responsible to COUNTY for the services of any subcontractors under this Agreement. Section 16. Indemnification of COUNTY. To the fullest extent permitted by law, CONTRACTOR shall hold harmless, release, and indemnify COUNTY, its commissioners, Term Contract for Various Minor Construction, Renovation, Repair, and Alteration of Structural and Non -Structural Projects with a Value less than S 100K Each (IFB-603836-20/BJC) Page 8 of 21 officers, employees, and agents from any and all claims, losses, damages, costs, attorney fees, and lawsuits for damages arising from, allegedly arising from, or related to CONTRACTOR's provision of materials or services under this Agreement caused by CONTRACTOR's act or omission in the performance of this Agreement. Section 17. Insurance. (a) General. CONTRACTOR shall procure and maintain insurance required under this Section at CONTRACTOR's own cost. (1) CONTRACTOR shall provide COUNTY with a Certificate of Insurance on a current ACORD Form signed by an authorized representative of the insurer evidencing the insurance required by this Section (Professional Liability, Workers' Compensation/Employer's Liability, Commercial General Liability, and Business Auto). The Certificate must have the Agreement number for this Agreement clearly marked on its face. COUNTY, its officials, officers, and employees must be named additional insureds under the Commercial General Liability, Umbrella Liability and Business Auto policies. If the policy provides for a blanket additional insured coverage, CONTRACTOR shall provide a copy of the section of the policy along with the Certificate of Insurance. If the coverage does not exist, the policy must be endorsed to include the named additional insureds as described in this subsection. The Certificate of Insurance must provide that COUNTY will be provided, by policy endorsement, not less than thirty (30) days written notice prior to the cancellation or non -renewal, or by a method acceptable to COUNTY. Until such time as the insurance is no longer required to be maintained by CONTRACTOR, CONTRACTOR shall provide COUNTY with a renewal or replacement Certificate of Insurance before expiration or replacement of the insurance for which a previous Certificate of Insurance has been provided. Term Contract for Various Minor Construction, Renovation, Repair, and Alteration of Structural and Non -Structural Projects with a Value less than $100K Each (TFB-603836-20BJC) Page 9 of 21 (2) In addition to providing the Certificate of Insurance on a current ACORD Form, upon request as required by COUNTY, CONTRACTOR shall provide COUNTY with a certified copy of each of the policies of insurance providing the coverage required by this Section within thirty (30) days after receipt of the request. Certified copies of policies may only be provided by the insurer, not the agent or broker. (3) Neither approval by COUNTY nor failure to disapprove the insurance provided by CONTRACTOR will relieve CONTRACTOR of its full responsibility for performance of any obligation, including its indemnification of COUNTY, under this Agreement. (b) Insurance Company Requirements. Insurance companies providing the insurance under this Agreement must meet the following requirements: (1) Companies issuing policies must be authorized to conduct business in the State of Florida and prove such authorization by maintaining Certificates of Authority or Letters of Eligibility issued to the companies by the Florida Office of Insurance Regulation. Alternatively, policies required by this Agreement for Workers' Compensation/Employer's Liability, may be those authorized as a group self -insurer by Section 624.4621, Florida Statutes. (2) In addition, such companies must have and maintain, at a minimum, a Best's Rating of "A-" and a minimum Financial Size Category of "VII" according to A.M. Best Company. (3) I> during the period that an insurance company is providing the insurance coverage required by this Agreement, an insurance company (i) loses its Certificate of Authority, or (ii) fails to maintain the requisite Best's Rating and Financial Size Category, the CONTRACTOR shall immediately notify COUNTY as soon as CONTRACTOR has knowledge of any such circumstance and immediately replace the insurance coverage provided by the insurance company with a different insurance company meeting the requirements of this Term Contract for Various Minor Construction, Renovation, Repair, and Alteration of Structural and Non -Structural Projects with a Value less than $100K Each (EFB-603836-20/BJC) Page 10 of 21 Agreement. Until such time as CONTRACTOR has replaced the unacceptable insurer with an insurer acceptable to COUNTY, CONTRACTOR will be deemed to be in default of this Agreement. (c) Specifications. Without limiting any of the other obligations or liability of CONTRACTOR, CONTRACTOR shall procure, maintain, and keep in force amounts and types of insurance conforming to the minimum requirements set forth in this subsection, at CONTRACTOR's sole expense. Except as otherwise specified in this Agreement, the insurance will become effective upon execution of this Agreement by CONTRACTOR and must be maintained in force until the expiration of this Agreement's term or the expiration of all Orders issued under this Agreement, whichever comes last. Failure by CONTRACTOR to maintain this required insurance coverage within the stated period will constitute a material breach of this Agreement, for which COUNTY may immediately terminate this Agreement. The amounts and types of insurance must conform to the following minimum requirements: (1) Workers' Compensation/Employer's Liability. (A) CONTRACTOR's insurance must cover it for liability that would be covered by the latest edition of the standard Workers' Compensation policy as filed for use in Florida by the National Council on Compensation Insurance without restrictive endorsements. CONTRACTOR is also responsible for procuring proper proof of coverage from its subcontractors of every tier for liability that is a result of a Workers' Compensation injury to the subcontractor's employees. The minimum required limits to be provided by both CONTRACTOR and its subcontractors are outlined in subsection (C) below. In addition to coverage for the Florida Workers' Compensation Act, where appropriate, coverage must be included for the United States Term Contract for Various Minor Construction, Renovation, Repair, and Alteration of Structural and Non -Structural Projects with a Value less than $100K Each (IFB-603835-20BJC) Page 11 of 21 Longshoremen and Harbor Worker's Compensation Act, Federal Employee's Liability Act, and any other applicable Federal or State law. (B) Subject to the restrictions of coverage found in the standard Workers' Compensation policy, there will be no maximum limit on the amount of coverage for liability imposed by the Florida Workers' Compensation Act, the United States Longshoremen's and Harbor Worker's Compensation Act, or any other coverage customarily insured under Part One of the standard Workers' Compensation policy. (C) The minimum amount of coverage under Part Two of the standard Workers' Compensation policy is required to be the following: $500,000.00 (Each Accident) $500,000.00 (Disease -Policy Limit) $500,000.00 (Disease -Each Employee) (2) Commercial General Liability. (A) CONTRACTOR's insurance must cover it for those sources of liability that would be covered by the latest edition of the standard Commercial General Liability Coverage Form (ISO Form CG 00 01), as filed for use in the State of Florida by the Insurance Services Office. Coverage must not contain any endorsements excluding or limiting Products/Completed Operations, Contractual Liability, or Separation of Insureds. (B) CONTRACTOR shall maintain these minimum insurance limits: General Aggregate Two Times (2x) the Each Occurrence Limit Personal & Advertising $1,000,000.00 Injury Limit Each Occurrence Limit $1,000,000.00 Pollution Liability $1,000,000.00 (3) Professional Liability Insurance. CONTRACTOR shall carry Professional Liability Insurance with limits of not less than One Million and No/100 Dollars ($1,000,000.00). Term Contract for Various Minor Construction, Renovation, Repair, and Alteration of Structural and Non -Structural Projects with a Value less than $100K Each (IFB-603836-20/BJC) Page 12 of 21 (4) Business Auto Policy. (A) CONTRACTOR's insurance must cover CONTRACTOR for those sources of liability which would be covered by Section II ofthe latest edition of the standard Business Auto Policy (ISO Form CA 00 01), as filed for use in the State of Florida by the Insurance Services Office. Coverage must include owned, non -owned, and hired autos or any auto used by CONTRACTOR. In the event CONTRACTOR does not own automobiles, CONTRACTOR shall maintain coverage for hired and non -owned auto liability for autos used by CONTRACTOR, which may be satisfied by way of endorsement to the Commercial General Liability policy or separate Business Auto Liability policy. If the contract involves operations governed by Sections 29 or 30 of the Motor Carrier Act of 1980, endorsement MCS -90 is required. (B) The minimum limits to be maintained by CONTRACTOR must be per -accident combined single limit for bodily injury liability and property damage liability. (C) The minimum amount of coverage under the Business Auto Policy is required to be the following: Combined Single Limit $1,000,000.00 (d) Coverage. The insurance provided by CONTRACTOR pursuant to this Agreement must apply on a primary and non-contributory basis, and any other insurance or self-insurance maintained by COUNTY or COUNTY's officials, officers, or employees must be in excess of and not contributing to the insurance provided by or on behalf of CONTRACTOR. (e) Occurrence Basis. The Workers' Compensation policy, the Commercial General Liability, and the Umbrella policy required by this Agreement must be provided on an occurrence rather than a claims -made basis. The Professional Liability insurance policy may be on an occurrence basis or claims -made basis. If a claims -made basis, the coverage must respond to all Term Contract for Various Minor Construction, Renovation, Repair, and Alteration of Structural and Non -Structural Projects with a Value less than $100K Each (IFB-603836-20BJC) Page 13 of 21 claims reported within three (3) years following the period for which coverage is required and which would have been covered had the coverage been on an occurrence basis. (f) Obligations. Compliance with the foregoing insurance requirements will not relieve CONTRACTOR, its employees, or its agents of liability from any obligation under this Section or any other Section of this Agreement. Section 18. Dispute Resolution. (a) In the event of a dispute related to any performance or payment obligation arising under this Agreement, the parties shall exhaust COUNTY administrative dispute resolution procedures prior to filing a lawsuit or otherwise pursuing legal remedies. COUNTY administrative dispute resolution procedures for proper invoice and payment disputes are set forth in Section 22.15, "Prompt Payment Procedures", Seminole County Administrative Code. COUNTY administrative dispute resolution procedures for contract claims related to this Agreement, other than for proper invoice and payment disputes, are set forth in Section 3.5540, "Contract Claims", Seminole County Administrative Code. (b) In any lawsuit or legal proceeding arising under this Agreement, CONTRACTOR hereby waives any claim or defense based on facts or evidentiary materials that were not presented for consideration in COUNTY administrative dispute resolution procedures set forth in subsection (a) above of which CONTRACTOR had knowledge and failed to present during COUNTY administrative dispute resolution procedures. (c) In the event that COUNTY administrative dispute resolution procedures are exhausted and a lawsuit or legal proceeding is filed, the parties shall exercise best efforts to resolve disputes through voluntary mediation and to select a mutually acceptable mediator. The parties participating in the voluntary mediation shall share the costs of mediation equally. Term Contract for Various Minor Construction, Renovation, Repair, and Alteration of Structural and Non -Structural Projects with a Value less than $100K Each (IFB-603836-20BJC) Page 14 of 21 Section 19. Representatives of COUNTY and CONTRACTOR. (a) It is recognized that questions in the day to day conduct of performance pursuant to this Agreement may arise. Upon request by CONTRACTOR, COUNTY shall designate and advise CONTRACTOR in writing of one or more of its employees to whom to address all communications pertaining to the day to day conduct of this Agreement. The designated representative will have the authority to transmit instructions, receive information, and interpret and define COUNTY's policy and decisions pertinent to the work covered by this Agreement. (b) At all times during the normal work week, CONTRACTOR shall designate or appoint one or more representatives who are authorized to act on behalf of CONTRACTOR and bind CONTRACTOR regarding all matters involving the conduct of the performance pursuant to this Agreement, and who will keep COUNTY continually and effectively advised of such designation. Section 20. All Prior Agreements Superseded. This Agreement incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained in this Agreement and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of this Agreement that are not contained or referred to in this document. Accordingly, it is agreed that no deviation from the terms of this Agreement may be predicated upon any prior representations or agreements, whether oral or written. Section 21. Modifications, Amendments, or Alterations. No modification, amendment, or alteration in the terms or conditions contained in this Agreement will be effective unless contained in a written amendment executed with the same formality and of equal dignity with this Agreement. Term Contract for Various Minor Construction, Renovation, Repair, and Alteration of Structural and Non -Structural Projects with a Value less than $100K Each (IF&603836-20BJC) Page 15 of 21 Section 22. Independent Contractor. Nothing in this Agreement is intended or may be construed as in any manner creating or establishing a relationship of co-partners between the parties, or as constituting CONTRACTOR (including its officers, employees, and agents) as an agent, representative, or employee of COUNTY for any purpose or in any manner whatsoever. CONTRACTOR is and will remain forever an independent contractor with respect to all services performed under this Agreement. Section 23. Employee Status. Persons employed by CONTRACTOR in the performance of services and functions pursuant to this Agreement have no claim to pension, workers' compensation, unemployment compensation, civil service, or other employee rights or privileges granted to COUNTY's officers and employees, either by operation of law or by COUNTY. Section 24. Services Not Provided For. No claim for services provided by CONTRACTOR not specifically provided for in this Agreement will be honored by COUNTY. Section 25. Public Records Law. (a) CONTRACTOR acknowledges COUNTY's obligations under Article 1, Section 24, Florida Constitution and Chapter 119, Florida Statutes, to release public records to members of the public upon request. CONTRACTOR acknowledges that COUNTY is required to comply with Article 1, Section 24, Florida Constitution and Chapter 119, Florida Statutes, in the handling of the materials created under this Agreement and this statute controls over the terms of this Agreement. Upon COUNTY's request, CONTRACTOR shall provide COUNTY with all requested public records in CONTRACTOR's possession, or shall allow COUNTY to inspect or copy the requested records within a reasonable time and at a cost that does not exceed costs as provided under Chapter 119, Florida Statutes. Term Contract for Various Minor Construction, Renovation, Repair, and Alteration of Structural and Non -Structural Projects with a Value less than $100K Each (IFB-603836-20JBJC) Page 16 of 21 (b) CONTRACTOR specifically acknowledges its obligations to comply with Section 119.070 1, Florida Statutes, with regard to public records and shall perform the following: (1) CONTRACTOR shall keep and maintain public records that ordinarily and necessarily would be required by COUNTY in order to perform the services required under this Agreement, (2) CONTRACTOR shall provide the public with access to public records on the same terms and conditions that COUNTY 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) CONTRACTOR shall ensure public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law. (c) Upon termination of this Agreement, CONTRACTOR shall transfer, at no cost to COUNTY, all public records in possession of CONTRACTOR, or keep and maintain public records required by COUNTY under this Agreement. If CONTRACTOR transfers all public records to COUNTY upon completion of this Agreement, CONTRACTOR shall destroy any duplicate public records that are exempt or confidential from public records disclosure requirements. If CONTRACTOR keeps and maintains the public records upon completion of this Agreement, CONTRACTOR shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to COUNTY, upon request of COUNTY, in a format that is compatible with the information technology systems of COUNTY. (d) Failure to comply with this Section will be deemed a material breach of this Agreement for which COUNTY may terminate this Agreement immediately upon written notice Term Contract for Various Minor Construction, Renovation, Repair, and Alteration of Structural and Non -Structural Projects with a Value less than $100K Each (IFB-603836-20(BJC) Page 17 of 21 to CONTRACTOR. CONTRACTOR may also be subject to statutory penalties as set forth in Section 119. 10, Florida Statutes. (e) IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO CONTRACTOR's DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTRACTOR MAY CONTACT THE CUSTODIAN OF PUBLIC RECORDS, THE SEMINOLE COUNTY PURCHASING AND CONTRACTS MANAGER, AT 407-665-71169 PURCH@SEMINOLECOUNTYFL.GOV, PURCHASING AND CONTRACTS DIVISION, 1301 E. SECOND STREET, SANFORD, FL 32771. Section 26. Governing Law, Jurisdiction, and Venue. The laws of the State of Florida govern the validity, enforcement, and interpretation of this Agreement. The sole jurisdiction and venue for any legal action in connection with this Agreement will be in the courts of Seminole County, Florida. Section 27. Compliance with Laws and Regulations. In providing all services pursuant to this Agreement, CONTRACTOR shall abide by all statutes, ordinances, rules, and regulations pertaining to or regulating the provision of such services, including those now in effect and subsequently adopted. Any violation of these statutes, ordinances, rules, or regulations will constitute a material breach of this Agreement and will entitle COUNTY to terminate this Agreement immediately upon delivery of written notice of termination to CONTRACTOR. Section 28. Patents and Royalties. Unless otherwise provided, CONTRACTOR is solely responsible for obtaining the right to use any patented or copyrighted materials in the performance Term Contract for Various Minor Construction, Renovation, Repair, and Alteration of Structural and Non -Structural Projects with a Value less than $100K Each (IFB-603836-20BJC) Page 18 of 21 of this Agreement. CONTRACTOR, without exception, shall indemnify and save harmless COUNTY and its employees from liability of any nature or kind, including costs and expenses for or on account of any copyrighted, patented, or unpatented invention, process, or article manufactured or supplied by CONTRACTOR In the event of any claim against COUNTY of copyright or patent infringement, COUNTY shall promptly provide written notification to CONTRACTOR. If such a claim is made, CONTRACTOR shall use its best efforts to promptly purchase for COUNTY any infringing products or services or procure a license at no cost to COUNTY that will allow continued use of the service or product. If none of the alternatives are reasonably available, COUNTY shall return the article on request to CONTRACTOR and receive reimbursement, if any, as may be determined by a court of competent jurisdiction. Section 29. Notices. Whenever either party desires to give notice to the other, it must be given by written notice, sent by registered or certified United States mail, return receipt requested, addressed to the party for whom it is intended at the place last specified. The place for giving of notice will remain such until it has been changed by written notice in compliance with the provisions of this Section. For the present, the parties designate the following as the respective places for giving of notice: For COUNTY: Seminole County Fleet and Facilities Management Division 205 W. County Home Road Sanford, FL 32773 With a copy to: Seminole County Purchasing & Contracts Division 1301 E. Second Street Sanford, FL 32771 Terni Contract for Various Minor Construction, Renovation, Repair, and Alteration of Structural and Non -Structural Projects with a Value less than $100K Each (IFB-603836-20BJC) Page 19 of 21 For CONTRACTOR: Boulevard Contractors Corp. 10451 Mill Run Circle, Suite 1005 Owings Mills, Maryland 21117 Section 30. Rights At Law Retained. The rights and remedies of COUNTY provided for under this Agreement are in addition and supplemental to any other rights and remedies provided by law. Section 31. Headings and Captions. All headings and captions contained in this Agreement are provided for convenience only, do not constitute a part of this Agreement, and may not be used to define, describe, interpret or construe any provision of this Agreement. Section 32. E -Verify System Registration. (a) CONTRACTOR must register with and use the E -Verify system to verify the work authorization status of all new employees prior to entering into this Agreement with COUNTY. If COUNTY provides written approval to CONTRACTOR for engaging with or contracting for the services of any subcontractors under this Agreement, CONTRACTOR must require certification from the subcontractor that at the time ofcertification, the subcontractor does not employ, contract, or subcontract with an unauthorized alien. CONTRACTOR must maintain a copy of the foregoing certification from the subcontractor for the duration of the agreement with the subcontractor. (b) If COUNTY has a good faith belief that CONTRACTOR has knowingly violated this Section, COUNTY shall terminate this Agreement. If COUNTY terminates this Agreement with CONTRACTOR, CONTRACTOR may not be awarded a public contract for at least one (1) year after the date on which this Agreement is terminated. If COUNTY has a good faith belief that a subcontractor knowingly violated this Section, but CONTRACTOR otherwise complied Term Contract for Various Minor Construction, Renovation, Repair, and Alteration of Structural and Non -Structural Projects with a Value less than $100K Each (IFB-603836-20BJC) Page 20 of 21 with this Section, COUNTY must promptly notify CONTRACTOR and order CONTRACTOR to immediately terminate its agreement with the subcontractor. IN WITNESS WHEREOF, the parties have made and executed this Agreement for the purposes stated above. ATTEST: Secretary (CORPORATE SEAL) Print Name W' ess � a arW Print Name For the use and reliance of Seminole County only. Approved as to form and legal sufficiency. Ak� A F"4� Coudy Alkolney BP/Ipk 4129/20 7/28120 T.\Uscns Lcgai Secactary COTurdhasing 2020UFM03836.d0cx Attachments: Exhibit A - Scope of Services Exhibit B - Sample Purchase Order Exhibit C — Contract Pricing BOULEVARD CONTRACTORS CORP. By: I JAV kTEL, President Date: COUNTY, FLORIDA Purchasing and Contractspflaff er -nate• As authorized for execution bye o d of County Commissioners at its , 20 .26 , regular meeting. Term Contract for Various Minor Construction, Renovation, Repair, and Alteration of Structural and Non -Structural Projects with a Value less than $100K Each (IFB-603836-20/BJC) Page 21 of 21 EXHIBIT A Scope of Services Qualified Contractors will provide various minor construction, renovation, repair, and alteration of structural and non-structural projects with a value less than $100K each. A wide range of services by various specialized trades for diverse projects on an as -needed basis for construction repair, restoration and preservation are being requested in this IFB. Contractors shall be well versed in commercial renovations and repairs, including but not limited to metal stud framing, drywall installation and finishing, acoustical ceiling installation, interior and minor demolition, all facets of wood and masonry construction, concrete block construction, and associated concrete work, finish carpentry and cabinet work, walkover repairs and re -builds, construction/installation of pre -fabricated commercial pavilions, HVAC, electrical, irrigation, and other trades work. The goal is to establish a roster of qualified contractors that can quickly compete for small construction projects as they arise. All work will be awarded and released through individual Purchase Orders. Work will be assigned as follows: The County will provide a scope of work to the Contractor detailing the project to be accomplished. Typically, the narrative scope of work will not include complete drawings. The narrative scope of work will be issued to all Contractors and each Contractor will be provided with an opportunity to walk the project with the Project Manager or designee in order to better understand and clarify the work. Each Contractor will then be required to submit a Jump sum price for the proposed work. Although the exact amount of time that contractors will have to submit bids will depend on the specifics of the individual projects, the County envisions that Contractors will typically be given five (5) to seven (7) business days to prepare and submit their cost proposals. The County will select the Contractor to be awarded each project primarily based on price, but the County reserves the right to consider non -price factors when making such decisions and will also consider differences in scope and/or proposed finishes, equipment and materials. The Contractor shall provide, upon receipt of a Purchase Order, all work materials, supplies, parts (to include system components), supervision, labor, and equipment, except when specified as County-fumished, to repair or construct real property facilities and structures within the scope of the contract. Contractor's work and responsibility shall include all Contractor planning, programming, administration, and management necessary to provide all work as specified. The Contractor shall conduct all work in strict accordance with the contract and all applicable Federal, State, and local laws, regulations, codes, and directives. The Contractor shall ensure that all work provided meets, or exceeds, critical reliability rates or tolerances specified or included in applicable documents. The Contractor shall provide related services such as preparing and submitting required reports, performing administrative work, and submitting necessary information as specified under this contract and within each Purchase Order. The Contractor shall ensure that all work provided meets requirements of the contract and the scope of work for each order and any specifications included with the order or in any other applicable documents. Contractors must hold and provide verifiable proof in their bid response of an existing and currently valid Florida business license and must possess the required Certified General Contractors License at the time of responding to the solicitation and throughout the term of the Agreement. Contractor shall have qualified personnel and subcontractors, if applicable, capable of performing the work as described in the Agreement. Contractors must have the ability to respond Within eight (8) hours for emergency service and within forty-eight (48) hours for non -emergency service from County's notification. ORDERING PROCEDURES: As the need exists for performance under the terms of this contract the County Purchasing and Contracts Division will notify the Contractor, in writing, of an existing requirement. Upon receipt of this notification, the Contractor shall respond to the needs of the County within three (3) business days by visiting the proposed worksite in the company of the County Project Manager or designee or establishing verbal contact with either to further define the scope of the requirement. If the Contractor objects to providing the services requested on a project, the Contractor must submit in writing within two (2) business days of the site visit an explanation of objection. Upon establishment of the scope of the individual requirement, the Contractor shall then be requested in writing by the County Project Manager or designee to prepare a written proposal for accomplishment of the project to be sent to the Purchasing and Contracts Division. Upon receipt of the Contractor's proposal, the Purchasing and Contracts Division will review, with County Project Manager or designee, the proposal for completeness. The County may negotiate with the Contractor performance times and quantities and/or specific line item selection. Purchase Orders will then be issued and each order will include the following information: • Project Name • Description, quantity and unit prices • Project Cost • Start Date and Completion Time • Accounting and appropriation data including Liquidated Damages, if applicable • Any other pertinent data related to specific project. CONFERENCES: Periodic meetings may be scheduled whenever requested by the Contractor or directed by the County for the resolution of questions or problems encountered in the performance of the work. The Contractor and/or the appropriate representative(s) will be required to attend and participate in all conferences pertinent to the work required under this Agreement as directed by the County. CONTRACT ADMINISTRATION: Administration of the orders under this Agreement will be performed by the County Project Manager or designee. Overall administration of the Agreement will be performed by the Purchasing and Contracts Division. No changes, deviations, or waivers of the specific project shall be effective without a modification of the Purchase Order executed by the Purchasing and Contracts Division authorizing such changes, deviations, or waivers. PROJECT MANAGER: The County shall assign a Project Manager to oversee the Contractor's work under any Purchase Order. The name and contact information for the assigned Project Manager will be specified in the Purchase Order. The Contractor shall take direction from, and coordinate its work with, the assigned Project Manager. The Contractor will be required to develop work plans that are coordinated with, and acceptable to, the Project Manager assigned to the project. The Contractor acknowledges, however, that the Project Manager shall not be authorized to modify any of the rights or obligations of the County or the Contractor pursuant to this Agreement, or to issue Purchase Orders, Change Orders or Change Directives. The Contractor hereby acknowledges and agrees that only the Purchasing and Contracts Division shall have the authority to issue Purchase Orders, Change Orders or Change Directives on the County's behalf. WORKING HOURS: The Contractor will be required to coordinate with the assigned Project Manager each individual project. The work may be performed during normal business hours; however, the Contractor may be required to work after hours or on weekend and holidays so as to not adversely impact the work of the County employees and/or Contractors. If work is to be performed in an occupied facility, the Contractor will be required to submit an initial coordination plan with the bid for the project describing how the Contractor will work with the County and the facility occupants to ensure that the project proceeds smoothly in order to minimize impact on facility operations. POTENTIAL SUBCONTRACTORS AND SUPPLIERS: With each bid provided in response for a project, the Contractor shall fumish the County a list of the subcontractors and suppliers that will work on this Project as well as a general description of each such subcontractor's scope of work. Within three (3) business days after such list is submitted, the County shall advise the Contractor if it has any objection to any of the listed subcontractors or suppliers. In the event the County has a reasonable objection to any such subcontractor or supplier, the Parties shall discuss such objection and agree on an appropriate course of action. SAFETY BARRIERS/FENCES: As part of its responsibility for Project safety, the Contractor shall install such fences and barriers as may be necessary. The Contractor shall develop a plan that describes the proposed separation and the specific nature of the fences and barriers that will be used. This plan will be submitted to the County for its review and approval prior to the commencement of construction. Once such plan has been approved, the Contractor shall comply with it at all times during construction. The Contractor shall be required to revise the plan as may be reasonably requested by the County. The cost of revising and complying with the plan shall not entitle the Contractor to an increase in the Purchase Order. The construction/renovation phase shall commence when the County issues a written Purchase Order for the Project. The Contractor shall construct the work described on the order including any work that Is not specifically shown thereon but is reasonably inferable therefrom or necessary for a fully functioning Project. The Work shall be carried out in a professional and timely fashion. All materials and equipment to be incorporated into the Project shall be new and previously unused, unless otherwise specified, and shall be free of manufacturing or other defects. The Contractor hereby assumes the risks associated with and shall be responsible for (I) any changes in market conditions that affect the cost of labor or materials; (ii) coordination issues between any drawings for the Project; (III) elements of work not shown on the scope, but which are reasonably inferable from the specifications or drawings; (iv) cost associated with acceleration of the work and expediting of materials necessary to meet the Project Schedule which are the result of anything other than an excusable delay; and (v) the risk of subcontractor default. SUPPLEMENTAL CONDITIONS TABLE OF CONTENTS GENERAL CONDMONS Sections 1. Definitions/Interpretations 2. Preliminary Matters 3. Contractor's Responsibilities 4. Work by Others 5. Project Manager's Status during Construction 6. Delays and Extension of Time 7. Schedules 8. Warranty or Guarantee, Tests and Inspections, Connections, Removal or Acceptance of Defective Work 9. Suspension of Work and Termination 10. Miscellaneous �, = SECTION 1 - DEFi_NITIONS/INTERPRETATIONS Definitions. Whenever used in the Contract Documents, the following terms shall have the meanings indicated, which shall be applicable to both the singular and plural thereof. Addenda - Written or graphic instruments issued prior to the date for opening Bids which modify or interpret the Bidding Documents by additions, deletions, corrections or clarifications. Acceptance; Final Acceptance - The formal action by COUNTY accepting the Work as being complete after certification by County's Representative of Final Completion. Agreement - The written Agreement between COUNTY and CONTRACTOR covering the Work to be performed; other Contract Documents are incorporated in or referenced in the Agreement and made a part thereof as provided therein. Building Elements - An architectural, structural, electrical, mechanical or plumbing component of a building, facility, space, or site. Change Order - A written instrument issued on or after the Effective Date of the Agreement, of which when duly executed by COUNTY and CONTRACTOR amends the Contract Documents to provide for changes in the Work or in the provisions of the Contract Documents, or changes in Contract Price or Contract Time, or any combination thereof. Contract Claim - Any dispute arising out of or related to the Contract Documents between the COUNTY and CONTRACTOR including, but not limited to, any demand or assertion by one of the parties seeking any equitable adjustment of the Contract Price, Contract Time or other relief with respect to the Contract Documents. Contract Documents - The Agreement and those documents referenced in the Agreement Contract Price - The total compensation, subject to authorized adjustments, payable by COUNTY to CONTRACTOR for satisfactory completion of all Work under the Contract Documents as stated in the Agreement. Contract Time - The period of time allotted in the Contract Documents, subject to authorized adjustments, for Substantial Completion and Final Completion of the Work, or other interim completion dates identified in the Contract Documents. CONTRACTOR - The individual, partnership, corporation, joint venture, or other legal entity or combination thereof, who is currently and actively licensed by the State of Florida and who has entered into the Agreement with COUNTY for the performance of the Work. The term "CONTRACTOR" means CONTRACTOR or its authorized representative. COUNTY - Seminole County, a political subdivision of the State of Florida; the Owner. Date of Commencement of the Contract Time - The Begin Date given by the Purchase Order when the Contract Time commences to run. Day - A calendar day of 24 hours lasting from midnight one day to midnight the next day. Defect or Defective - A reference to Work that is unsatisfactory, faulty or deficient, or does not conform to the contract plans or specifications or does not meet the requirements of any inspection, code, reference standard, test or approval referred to in the Contract Documents or has been damaged prior to Final Acceptance (unless responsibility for the protection thereof has been assumed by COUNTY). Effective Date of the Agreement - The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed by the last of the two parties to sign. Equipment - The Machinery and Equipment, together with the necessary supplies for upkeep and maintenance thereof, also, the tools and all other apparatus necessary, for the construction and acceptable completion of the Work. Holidays - Days designated by Seminole County as legal holidays. These days are: New Year's Day Martin Luther King's Birthday Memorial Day independence Day Labor Day Veteran's Day Thanksgiving Day Day after Thanksgiving Day Christmas Day - January 1st - Third Monday in January - Last Monday in May - July 4th - First Monday in September - As Designated - Fourth Thursday in November - Fourth Friday in November December 25th Laws and Regulations; Laws or Regulations - Laws, Rules, Codes, Regulations, Ordinances, and/or court or administrative orders of the federal, state and local governments. Materials - Any substances to be incorporated in the Work under the Contract Documents. Permits - An authoritative or official certificate of permission. Progress Schedule - All documentation related to the planning, scheduling and implementation of the Work as described in the Contract Documents. Project - The total construction of which the Work to be provided under the Contract Documents is a part as indicated elsewhere in the Contract Documents. Project Manager - The authorized representative of the County who is assigned to the Project. The County's representative acting directly or through duly authorized representatives. Subcontractor - An individual, partnership, corporation, joint venture, or other combination thereof having a Sub -agreement with CONTRACTOR for (a) the performance of labor in connection with part of the Work at the site; or (b) for both performing labor in connection with part of the Work at the site and furnishing items of Materials or Equipment for incorporation into the Work. Subcontractor also means an individual, partnership, corporation, joint venture, or other combination thereof that has a Sub -agreement with another Subcontractor to perform any of the Work at the site. Supplier - A manufacturer, fabricator, Supplier, distributor, material -man or vendor Total Bid - Amount stated in the Bid Form by the Bidder as the Bidder's offer to furnish all labor, Materials and Equipment to perform all Work in strict accordance with the Contract Documents. If an Agreement is awarded to a Bidder, the Total Bid amount shall be the Contract Price. Warranty Period - The period of time within which CONTRACTOR shall promptly, without cost to COUNTY and in accordance with COUNTY's written instructions, either correct Defective Work or, if it has been rejected by COUNTY, remove it from the site and replace it with non -Defective Work. The Warranty Period does not limit the CONTRACTOR's warranty that the Work has been completed in accordance with the Contract Documents. Work - All labor, permits, bonds, equipment, Materials and incidentals required for the construction of the improvement by the Contract Documents, including superintendence, use of Equipment and tools, and all services and responsibilities prescribed or implied, which are necessary for the complete performance by the CONTRACTOR of his obligations under the Contract Documents. Unless otherwise specified herein or in the Contract Documents, all costs of liability and of performing the Work shall be at the CONTRACTOR's expense. SECTION 2 - PRELIMINARY MATTERS Copies of Documents. COUNTY shall furnish to CONTRACTOR one copy of the Contract Documents free of charge. CONTRACTOR will be responsible for obtaining additional copies. Commencement of the Contract Time; Purchase Order. The Contract Time will begin on the date indicated in the Purchase Order. The CONTRACTOR shall start to perform the Work on the date indicated on the Purchase Order. Prior to the issuance of a Purchase Order, a preconstruction conference shall be attended by the CONTRACTOR and his subcontractors, PROJECT MANAGER and COUNTY and other entities as applicable to the Work at which time a date will be established for the issuance of the Purchase Order. Before Starting Work. Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent information and all applicable field measurements. CONTRACTOR shall promptly report in writing to PROJECT MANAGER any conflict, error or discrepancy which CONTRACTOR or any of his Subcontractors or Suppliers may discover and shall obtain a written interpretation or clarification from PROJECT MANAGER before proceeding with any Work affected thereby; provided, however, CONTRACTOR shall not be liable to COUNTY or PROJECT MANAGER for failure to report any conflict, error or discrepancy unless CONTRACTOR or any of his Subcontractors or suppliers had actual knowledge thereof or should reasonably have known thereof. Before commencement of the Work, CONTRACTOR shall submit to the PROJECT MANAGER for review a preliminary Progress Schedule indicating the starting and finishing dates of each Work activity, and a proposed schedule. Preconstruction Conference. Prior to commencement of Work at the site, a conference will be held for review of the schedules, to establish procedures for a working understanding among the parties as to the Work. Physical Conditions. The CONTRACTOR shall take the steps necessary to ascertain the nature and the location of the Work. The CONTRACTOR shall also determined for himself the existing physical conditions which can affect the work or its cost, including but not limited to, (1) conditions bearing upon mobilization, demolition, transportation, disposal, handling and storage of materials; (2) the availability of labor, water, electric power; (3) uncertainties of weather; (4) the conformation of surface and subsurface ground conditions; (5) the character and limitations of the equipment, machinery and existing physical conditions within the limits of construction or within the buildings that are utilized during the Work. The CONTRACTOR shall employ only competent personnel and utilize only suitable equipment in performing the layout of the Work. Contractor shall not engage the services of any person or persons in the employ of the COUNTY for performance of the layout of the Work. Adequate field notes and records shall be kept on a daily basis as the layout work is accomplished. These field notes and records shall be available for review by the PROJECT MANAGER as the Work progresses and copies shall be furnished at the time of completion of the Project. Any inspection or checking of the CONTRACTOR's field notes or layout work by the PROJECT MANAGER and the acceptance of all or any part thereof shall not relieve the CONTRACTOR of his responsibility to achieve the lines, grades and dimensions shown in the Plans/Specifications. SECTION 3 - CONTRACTOR'S RESPONSIBILITIES Supervision and Superintendence. CONTRACTOR shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. CONTRACTOR shall be solely responsible for all means and methods, techniques, schedules, sequences and procedures of construction and for providing the required safety precautions, for coordinating ail portions of the Work with all regulatory, jurisdictional and governmental authorities, for further coordination as required with commercial businesses, private residents and employees of the Owner and for enforcement of order and cooperation among the CONTRACTOR's employees and all of the Subcontractors and Suppliers. The CONTRACTOR shall be responsible to see that the competed Work complies accurately with the Contract Documents and its intent. Personnel and Working Hours. CONTRACTOR shall at ail times maintain good discipline and order at the site. CONTRACTOR shall provide competent, qualified personnel to perform construction as required by the Contract Documents. CONTRACTOR is fully responsible to provide a sufficient number of skilled workers and supervisory personnel to perform the Work and assure that the Work is completed according to the established Construction Schedule and within the Contract Time. Failure to fully man the Project with supervisory personnel, skilled workers or common laborers of which actions shalt lead to a delay in the Work Schedule shall be cause for a claim for damages against CONTRACTOR or termination of CONTRACTOR by the Owner. Except in connection with the safety or protection of persons or the Work or property at the site or adjacent thereto, all Work at the site shall be performed during normal working hours, unless otherwise specified. Normal working hours shall be defined as period occurring between the hours beginning at 7:00 a.m. and ending at 5:00 p.m., exclusive of Saturdays, Sundays, or Holidays. Items of Material or Equipment. All Materials and Equipment shall be of good quality and new. All Materials and Equipment shall be handled, stored, applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable Supplier. Manufacturers' or Suppliers' warranties for all Materials, products and Equipment to be furnished by CONTRACTOR and to be incorporated into the completed Work shall be furnished to COUNTY through CONTRACTOR. Project is to be constructed with asbestos free materials. Concerning Subcontractors - The Contractor will be fully responsible for all acts and omissions of his Subcontractors and of persons directly or indirectly employed by them and of persons for whose acts any of them may be liable to the same extent that they are employed by him. Nothing contained in the Contract Documents shall create, nor be interpreted to create, privity or any other contractual relationship whatsoever between the County and any Subcontractor or any person except the Contractor, or any obligation on the part of the County to payor to see to the payment of any monies due any Subcontractor, except as may otherwise be required by law. The County may furnish to any Subcontractor, to the extent practicable, evidence of amounts paid to the Contractor on account of specific Work done. The Contractor agrees to bind specifically every Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of the County. All Work performed for the Contractor by Subcontractors shall be pursuant to an appropriate agreement between the Contractor and the Subcontractor which shall contain provisions that waive all rights the contracting parties may have against one another for damages caused by fire or other perils covered by insurance held by the County as trustee. Patent Fees And Royalties - The Contractor will pay all license fees and royalties and assume all costs incident to the use of any invention, design, process or device which is the subject of patent rights or copyrights held by others. Permits. Unless otherwise provided in the Contract Documents, CONTRACTOR shall obtain and pay for all construction permits, fees, and licenses. CONTRACTOR shall pay all governmental charges and inspection fees necessary for the prosecution of the Work, which are applicable at the time of opening of Bids. CONTRACTOR shall pay all charges of public and private utility service companies for all required utility services that complete and accomplish the Work according to the Contract Documents. The CONTRACTOR shall meet all requirements of all permits and licenses and shall be responsible for all fines, assessments, and penalties of any nature assessed against the CONTRACTOR or COUNTY or both relating to any permit violation. Laws and Regulations. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to the Work. If CONTRACTOR performs any Work knowing or having reason to know that it is contrary to such Laws or Regulations and without such notice to PROJECT MANAGER, CONTRACTOR shall bear all costs arising therefrom. CONTRACTOR shall pay all sales, consumer, use and other taxes required to be paid by it in accordance with the Laws and Regulations of the place of the Project. CONTRACTOR shall comply with all Federal, State, and Local laws, ordinances, codes, and regulations applying to the Work. The CONTRACTOR shall be solely responsible for bidding and constructing the Work per the current building codes as required by the Contract Documents and the construction practices normally applicable to each trade vendors or installer's trade. All items to be purchased under this contract shall be in accordance with all governmental standards, to include, but not be limited to, those issued by the Occupational Safety and Health Administration (OSHA), the National Institute of Occupational Safety Hazards (NIOSH), and the National Fire Protection Association (NFPA). Use of Promises. The CONTRACTOR shall confine construction equipment, the storage of materials and the operations of workers to areas permitted by Laws and Regulations, rights-of- way, easements or required by the Contract Documents or limited by the Owner. The CONTRACTOR shall not unreasonably encumber the premises with construction equipment or materials or other equipment. The CONTRACTOR shall assume full responsibility for any damage to any such property, or to the owner or occupant thereof or of any other property, caused or alleged to have been caused by or incident to the execution of this Work. The CONTRACTOR shall promptly attempt to settle with such other party by agreement or otherwise resolve the claim. During the progress of the Work, CONTRACTOR shall keep the premises free from accumulations of waste materials, rubbish and other debris resulting from the Work. Periodically, during construction, the CONTRACTOR shall remove all waste materials, rubbish and debris from and about the premises for disposal. At completion of the Work all tools, appliances, construction equipment and machinery, and surplus materials shall be removed by the Contractor and shall leave the site clean and ready for occupancy by COUNTY. CONTRACTOR shall restore to original condition or better all property not designated for alteration by the Contract Documents, but, was impacted due to the construction operations and close proximity to the Project. CONTRACTOR shall not load or permit any part of any structure to be loaded in any manner that will endanger human life or damage the structure, nor shall CONTRACTOR subject any part of the Work or adjacent property to loads that will endanger human life or damage it. Safety and Protection. CONTRACTOR shall be solely and completely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to all employees on the Work and other persons (including but not limited to the general public or employees of the Owner) who may be affected thereby; all the Work and all Materials or Equipment to be incorporated therein, whether in storage on or off the site; and other property at the site, adjacent thereto, or utilized by CONTRACTOR. CONTRACTOR's duties and responsibilities for the safety and protection of the Work shall continue until such time as PROJECT MANAGER issues a notice to COUNTY and CONTRACTOR that the Work is acceptable. All damage, injury or loss to any property caused, directly or indirectly, in whole or in part, by CONTRACTOR, any Subcontractor, Supplier or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, shall be remedied by CONTRACTOR at his sole cost. CONTRACTOR shall comply with all applicable Laws and Regulations of any governmental entity having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss including, but not limited to, OSHA (Public Law 91-596) and the Contract Work Hours and Safety Standards Act (Public Law 91-54); and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall designate a responsible member of his organization at the site whose duties shall be preventing accidents and insuring compliance with all applicable safety regulations. This person shall be CONTRACTOR's Superintendent unless otherwise designated in writing by CONTRACTOR to COUNTY. At all times CONTRACTOR shall, and shall cause his Subcontractors and Suppliers to, carefully protect its and their Work, materials, equipment, and supplies against damage or injury from the weather. If in the opinion of PROJECT MANAGER any of the above has been damaged or injured by reason of failure on the part of CONTRACTOR, any Subcontractor or Supplier to perform according to the requirements of this provision, said Work, Materials, Equipment and supplies shall be removed and replaced at the expense of CONTRACTOR. CONTRACTOR shall notify PROJECT MANAGER of any job site injuries at the Project site. Serious injuries shall be verbally reported to the PROJECT MANAGER within two (2) hours of occurrence of the incident. CONTRACTOR shall submit a written report of each serious injury to PROJECT MANAGER within twenty-four (24) hours of occurrence of the incident. CONTRACTOR shall prepare injury reports regardless of whether the injury is to the CONTRACTOR's personnel, subcontractors, COUNTY personnel or other persons. Emergencies. In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto, CONTRACTOR, without special instruction or authorization from PROJECT MANAGER or COUNTY, is obligated to act to prevent threatened damage, injury or loss. CONTRACTOR shall give COUNTY prompt written notice if CONTRACTOR believes that any significant changes in the Work have resulted because of the action taken in response to an emergency. If COUNTY determines that changes are required, COUNTY shall authorize the changes by written Change Order. If the emergency was not due to the fault or negligence of CONTRACTOR, or any Subcontractor or Supplier or anyone for whose acts any of them may be liable and the changes cause an increase or decrease in CONTRACTOR's cost or the time required to perform any part of the Work, COUNTY shall make an adjustment in Contract Time. Continuing the Work. CONTRACTOR shall carry on the Work and maintain the Progress Schedule during all disputes or disagreements with COUNTY. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as CONTRACTOR and COUNTY may otherwise agree in writing. Suspension of the Work by CONTRACTOR during any dispute or disagreement with COUNTY shall entitle COUNTY to terminate the CONTRACT for cause, except as otherwise provided in Section 15. Responsibility for Coordinating and Connecting to Existing Services and Utilities. At all points where the Work constructed by CONTRACTOR connects to existing utilities and services, the actual Work of making the necessary connection to the existing service or utility shall be arranged for and coordinated by CONTRACTOR at no expense to COUNTY (unless specifically indicated otherwise). Services and utilities included within (but not limited to) this responsibility are roadways, sidewalks, driveways, ditches, electrical, lighting, sanitary sewer, mechanical, fire suppression, water distribution, gas, plumbing, communications, data, phone, storm water, etc. Connections shall be made at a time that will result in the least possible interference with existing services. Storage of Materials. Materials shall be so stored as to insure the preservation of their quality, color, and fitness for the Work and shall be so located as to facilitate prompt inspection, and to minimize noise impacts on sensitive receivers. Materials improperly stored may be rejected without testing. Materials or equipment shall not be stored under the canopy or within the 'drip line' of any trees without prior approval by the Project Manager. The insurance, protection and security of stored materials shall be the sole responsibility of the CONTRACTOR. The COUNTY shall not be liable or at risk for any loss of materials due to theft, weather, negligence, nor for any damages to the stored materials. Defective Materials. Materials which are or have been improperly stored. All such materials, whether in place or not, will be rejected and shall, unless otherwise permitted by the PROJECT MANAGER, be removed immediately from the site of the Work and from the CONTRACTOR's storage areas, at the CONTRACTOR's expense. No rejected material, the defects of which have been subsequently corrected, shall be used until approval has been given. Upon failure on the part of the CONTRACTOR to comply promptly with any order of the PROJECT MANAGER made under the provisions of this Section, the PROJECT MANAGER shall have authority to remove and replace defective material and to deduct the cost of removal and replacement from any moneys due or to become due the CONTRACTOR. CONTRACTOR's Responsibility for Work. Until acceptance of the Work by the COUNTY it shall be under the charge and custody of the CONTRACTOR and he shall take every necessary precaution against injury or damage to the Work by the action of the elements or from any other cause whatsoever, arising either from the execution or from the non -execution of the Work, The CONTRACTOR shall rebuild, repair, restore and make good, without additional compensation, all injury or damage to any portion of the Work occasioned by any of the above causes before its completion and acceptance except that in case of catastrophic damage the COUNTY may, at its discretion, reimburse the CONTRACTOR for the repair of such damage due to unforeseeable causes beyond the control of and without the fault or negligence of the CONTRACTOR including, but not restricted to, Acts of God, of the public enemy or of governmental authorities. Interferences. The CONTRACTOR shall at all times conduct the Work in such manner and in such sequence as to insure the least practicable interference with County employees, pedestrian/visitor traffic due to County business and vehicular traffic. The CONTRACTOR's vehicles, personnel, materials and equipment shall be operated in such a manner that they will not be a hazard or hindrance to daily operations and performance of County business. Coordination with other Contractors. The CONTRACTOR shall coordinate and arrange his Work and dispose of his Materials so as not to interfere with operations of other contractors engaged upon adjacent work and to join his Work to that of others in a proper manner, In accordance with the spirit of the Plans or Specifications, and to perform his Work in the proper sequence in relation to that of other contractors. Each contractor shall be responsible for any damage done by him or his agents to the work performed by another contractor. Final Cleaning Up of Job Site. Upon completion of the Work, and before Acceptance and Final Payment will be made, the CONTRACTOR shall remove from the COUNTYs job site and adjacent property all false Work, Equipment, surplus and discarded Materials, rubbish and temporary structures; CONTRACTOR shall restore in an acceptable manner all property, both public and private, which has been damaged during the prosecution of the Work, and shall leave all waterways and drainage facilities unobstructed. SECTION 4 - WORK BY OTHERS Related Work At Site. COUNTY may perform other work at the site by COUNTY's own forces, provide for or allow other work to be performed by other owners, or let others direct contracts for other work. If the fact that such other work is to be performed was not noted in the Contract Documents, written notice thereof will be given to CONTRACTOR prior to starting any such other work. if COUNTY contracts with others for the performance of other work at the site, the CONTRACTOR shall be responsible for coordination of the activities among the various contractors. Coordination with other contractors will be the sole responsibility of CONTRACTOR and neither COUNTY nor PROJECT MANAGER shall have any authority or responsibility with respect to such coordination. Extensions in Contract Time. If CONTRACTOR is delayed at any time in performing or furnishing the Work by any act or neglect of another contractor or entity performing work at the site noted in the Contract Documents, CONTRACTOR may request an extension or adjustment in Contract Time and if COUNTY agrees that the delay requires an adjustment in Contract Time, COUNTY shall authorize the necessary extension of Contract Time. However, an extension in Contract Time(s), if so granted, shall be CONTRACTOR's sole and exclusive remedy with respect to COUNTY, for any delay, disruption, interference, inefficiency, extension, constructive acceleration or hindrance and associated costs, however caused, resulting from delays caused by others performing other work at the site. Contract Time Coordination. CONTRACTOR shall give prompt written notice to COUNTY, PROJECT MANAGER and any other affected contractor(s) whenever CONTRACTOR anticipates a conflict in Contract Times) related to or simultaneous with associated Contract Time (s) in the work of others. When Work is performed out of sequence and ahead of interfacing Work, CONTRACTOR shall be responsible for taking reasonable steps to minimize damage or loss to the Work which may be caused by others during the performance of their work, including (but not limited to) furnishing written notice to PROJECT MANAGER and to the other contractors that Work has been performed out of sequence and ahead of interfacing Work. When work by others is performed out of sequence and ahead of interfacing Work, the said work shall be considered as if it had been shown on the Contract Documents. CONTRACTOR shall be responsible for protecting said work and shall replace, repair or otherwise settle with others any and all damage caused as a result of the performance of Work out of sequence. SECTION 5 - PROJECT MANAGER'S STATUS DURING CONSTRUCTION COUNTY'S Representative. PROJECT MANAGER will be COUNTY's representative during the construction of the Work. The duties and responsibilities and the limitations of authority of PROJECT MANAGER as COUNTY's representative during construction are set forth in the Contract Documents and shall not be extended without written consent of COUNTY and PROJECT MANAGER. Visits to Site. PROJECT MANAGER will make visits to the site at intervals appropriate to the various stages of the Work to observe the progress and quality of the executed Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. Project Representation. COUNTY may designate another agent to represent COUNTY at the site who is not the PROJECT MANAGER or its agent or employee. Duties, Responsibilities and Limitations of Authority of PROJECT MANAGER. The PROJECT MANAGER will perform the duties and responsibilities described herein. PROJECT MANAGER shall generally issue all communications to CONTRACTOR including but not limited to communications directed to CONTRACTOR from COUNTY. CONTRACTOR shall generally issue all communications to COUNTY through PROJECT MANAGER PROJECT MANAGER will provide instructions on procedures to be followed and schedule inspections of the Work; review daily inspection reports prepared; prepare documents as required and review them with COUNTY, as applicable. PROJECT MANAGER will attend meetings with CONTRACTOR, such as the Preconstruction Conference, Project Meetings and any other Project related meetings and prepare and circulate copies of minutes thereof. The preparation and circulation of minutes of preconstruction conferences, Project meetings and any other Project related meetings shall not relieve CONTRACTOR of CONTRACTOR's responsibility to coordinate the work of the COUNTY, utility contractors, or the work of others or the CONTRACTOR's responsibility for scheduling and sequencing its Work with the work of the COUNTY, utility contractors or the work of others. PROJECT MANAGER will conduct general on-site observations of the Work in progress and will observe for non-conformance reports to determine if the Work is proceeding in accordance with the Contract Documents. PROJECT MANAGER will notify CONTRACTOR of disapproval or rejection of defective Work and will notify CONTRACTOR whether Defective Work is to be corrected, or replaced. PROJECT MANAGER will accompany visiting inspectors representing governmental or other agencies having jurisdiction over the Project, and record the results of the inspections. PROJECT MANAGER will transmit to CONTRACTOR clarifications and interpretations as issued by the COUNTY. PROJECT MANAGER will report promptly to COUNTY upon gaining knowledge of the occurrence of any accident at the site. PROJECT MANAGER will prepare reports of the progress of the Work and of CONTRACTOR's compliance with the Progress Schedule. PROJECT MANAGER will consult as appropriate with COUNTY's staff in advance of scheduled major tests, inspections or the commencement of important phases of the Work. PROJECT MANAGER will review and evaluate CONTRACTOR's Application for Payment and advise COUNTY staff accordingly. PROJECT MANAGER will review and evaluate CONTRACTOR's notice that CONTRACTOR considers the Work (or part thereof) substantially complete and advise COUNTY staff accordingly. PROJECT MANAGER will observe whether all items on lists of items to be completed prior to Final Payment have been completed and make recommendations to COUNTY concerning Acceptance. During the course of the Work, the PROJECT MANAGER will verify that certificates, maintenance and operation manuals and other data required to be assembled and furnished by CONTRACTOR are applicable to the items actually installed. Clarifications and Interpretations. PROJECT MANAGER will issue with reasonable promptness such written clarifications or interpretations of the requirements of the Contract Documents as PROJECT MANAGER may determine necessary, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. Authorized Variations in Work. PROJECT MANAGER may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are consistent with the overall intent of the Contract Documents and required to produce the intended result. These may be accomplished by a Field Order and will be binding on CONTRACTOR who shall perform the Work involved promptly. Rejecting Defective Work. PROJECT MANAGER will have authority to disapprove or reject Work at any time during the construction of the Work, which PROJECT MANAGER believes to be Defective. PROJECT MANAGER will also have authority to require special inspection or testing of the Work, whether or not the Work is fabricated, installed, or completed. When CONTRACTOR has been notified by PROJECT MANAGER of disapproval or rejection of Defective Work, CONTRACTOR shall take immediate action to correct or replace same. Notice to Cure - If the County determines the Work is defective or deficient; if the Contractor falls to supply sufficient skilled workers or suitable materials or equipment; if the Contractor fails to make prompt payments to Subcontractors for labor, materials or equipment; if the work is not progressing in a safe, orderly or well coordinated manner, or if the general progress and/or quality of the work is not adequate to ensure continuation or completion of the work In accordance with the Contract completion time requirements, then the Purchasing and Contracts Division shall issue a notice to cure, giving the Contractor a specific period of time (1) in which to submit to the Project Manager a written Plan of Action including a schedule setting forth a plan by which the deficiencies will be corrected, and (2) a specific period of time in which to correct the deficiencies. If the Contractor does not submit a Plan of Action to indicate how and when the deficiencies indicated in the notice to cure will be cured within the specified time frame that is acceptable to the Project Manager, and if those deficiencies are not corrected within that time frame, then the County shall take further action, up to and including Contract termination. The Contractor shall not be entitled to any delay claims as a result of the County's issuance of the notice to cure. SECTION 6 — CHANGE OF CONTRACT AMOUNT, DELAYS AND EXTENSION OF TIME Contract Amount. The Contract Amount constitutes the total compensation payable to the Contractor for performing the Work. All duties, responsibilities and obligations assigned to or undertaken by the Contractor shall be at his expense without change in the Contract Amount. The Contract Amount may only be changed by written Change Order issued by the County. County Obligation. The County owes no duty, obligation, damages, change in Contract Amount, or liability to Contractor as a result of any delay, interference, suspension or other event which may impact Contractor's progress schedule of its contract. Extension of Time Sole Remedy. Should Contractor's performance, in whole or in part, be interfered with, delayed, re -sequenced, disrupted, or be suspended in the commencement, prosecution or completion, for reasons beyond Contractor's control, and Without any fault or negligence on its part contributing thereto, Contractor's sole remedy shall be an extension of Contract Time in which to complete the Contract. Contract Time Extension. The County may grant an extension of Contract Time when a controlling item of work on the critical path of Contractor's progress schedule is delayed by factors not reasonably anticipated or foreseeable at the time of bid. Such time extension may be allowed only for delays occurring during the time for performance set forth in the progress schedule. Extensions of Contract Time Will not be granted for delays due, in whole or in part, to the fault or negligence of Contractor or any entity or person for whom Contractor is responsible. SECTION 7 - SCHEDULES Schedules. Proiect Schedule Definitions: a) Work Activities - The significant events of the Project. All significant work activities must be identified in sufficient detail to track work activity progress towards completion and consequentially, the completion of the Project b) Start Date and Finish Date - The dates a work activity will begin and will be completed. C) Duration - The length of time it takes for a work activity to be completed, from Start Date to Finish Date. d) Sequence - The order in which a group of work activities must be completed. This includes work activities that are done concurrently (at the same time), sequentially (must finish one before starting the next) or overlap (may start one before finishing the other). e) Critical Path - The complete sequence of work activities whose accumulative duration determines the length of time needed to complete the entire Project from NTP to Final Completion. f) Critical Path items - The work activities on the Critical Path. g) Controlling Work Items — Those activities that are either critical path or indirectly influences the critical path. Such as a controlling work item provided by the Owner. h) Float Time - The duration of a work activity that is not on the Critical Path which could be delayed without affecting the date of Substantial Completion. Time and conditions for Float Time shall be clearly established in the Contract Documents. CONTRACTOR shall prepare and submit for COUNTY's review a time scaled Project Schedule with a Critical Path (CPM). The Project Schedule shall show the sequence in which CONTRACTOR proposes to accomplish the Work. The Project Schedule shall clearly depict the order, interdependence, duration, and installation man -days by craft of each Work activity. The Project Schedule shall show all of the Work activities to be completed and the accumulative duration of the Critical Path leading to each Substantial and Final Completion. Beginning with the Purchase Order and ending with the date of Final Completion, the duration of the Project Schedule's Critical Path shall comply with the Contract Time and shall meet the Contract Agreement. Warranty and Guarantee. CONTRACTOR warrants and guarantees that all Work will be in accordance with the Contract Documents and will not be Defective. All Defective work, whether or not in place, may be rejected, corrected or accepted as provided in this Section. The obligations of CONTRACTOR under this subsection shall be in addition to and not in limitation of any obligation imposed upon him by special guarantees required by the Contract Documents or otherwise prescribed by Laws or Regulations. Access to Work. COUNTY'S PROJECT MANAGER shall be permitted access to the Work for their observation, inspection and testing. CONTRACTOR shall provide proper and safe conditions for such access. Tests and Inspections. CONTRACTOR shall give PROJECT MANAGER timely notice of readiness of the Work for all required inspections, tests or approvals. Inspections, tests or observations by PROJECT MANAGER may be performed at their discretion to provide information to the COUNTY on the progress of the Work. However, such information is not intended to fulfill the CONTRACTOR's obligations in accordance with the Contract Documents. If any law, ordinance, rule, regulation, code or order of any public body, government entity or court having jurisdiction requires any Work (or part thereof) to specifically be inspected, tested or approved, CONTRACTOR shall assume full responsibility therefore, pay all related costs, schedule related activities at appropriate times, and furnish PROJECT MANAGER the required certificates of inspection, testing or approval. CONTRACTOR shall also be responsible for and shall pay all costs, in connection with any inspection or testing required in connection with COUNTY's or PROJECT MANAGER's acceptance of a proposed manufacturer, fabricator, supplier or distributor of materials or equipment proposed to be incorporated in the Work, or of material or equipment submitted for approval prior to CONTRACTOR's purchase thereof for incorporation of the Work. All inspections, tests or approvals shall be performed by persons or organizations acceptable to COUNTY and PROJECT MANAGER. Neither observations by PROJECT MANAGER or COUNTY nor inspections, tests or approvals by others shall relieve CONTRACTOR from his obligations to perform the Work in accordance with the Contract Documents and Building Code Requirements. If any testing, inspection or approval under this subsection reveal Defective Work, CONTRACTOR shall not be allowed to receive any associated costs and COUNTY shall be entitled to deduct from the Contract Price, by issuing a Change Order, COUNTY's costs arising out of the Defective Work, including costs of repeated procedures, compensation for PROJECT MANAGER's services and other related costs. Final Inspection. Upon written notice from the Contractor that the Work is complete, including the "punch" listed deficiencies, the Project Manager will make a final inspection with the Contractor and will notify the Contractor in writing of any particulars in which this inspection reveals that the Work is defective. The Contractor shall immediately make such corrections as are necessary to remedy such defects and to complete all the required work. Final Inspection for Payment. After the Contractor has completed any such corrections to the satisfaction of the Project Manager and delivered all maintenance and operating instructions, schedules, guarantees, Certificates of Inspection and other documents as required by the Contract Documents, he may make application for final payment. Correction or Removal of Defective Work. CONTRACTOR shall promptly, without cost to COUNTY and as specified by PROJECT MANAGER, either corrects any defective Work, whether or not fabricated, installed or completed, or, if the Work has been rejected by PROJECT MANAGER, remove it from the site and replace it with conforming Work. The CONTRACTOR shall bear the cost of repairing or replacing all Work and property of the COUNTY or others destroyed or damaged or in any way impacted by such correction or removal. Contractor's Continuing Obligation. The Contractor's obligation to perform the Work and complete the Work in accordance with the Contract Documents shall be absolute. Neither approval of any progress or final payment by the County, the issuance of Certificate of Completion, any payment by the County to the Contractor under the Contract Documents, any use or occupancy of the Work or any part thereof by the County, any act of acceptance by the County, any failure to do so, nor any correction of defective Work by the County shall constitute an acceptance of Work not in accordance with the Contract Documents. SECTION 9 • SUSPENSION OF WORK AND TERMINATION The COUNTY May Stop the Work. if the Work is Defective and the CONTRACTOR has been notified by PROJECT MANAGER or COUNTY, or if CONTRACTOR fails to perform the Work in compliance with the Contract Documents, or if CONTRACTOR fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, or suitable Materials or Equipment, or if CONTRACTOR fails to obtain, maintain or renew insurance in conformance with the Contract Documents in a form acceptable to COUNTY, or if any insurance company CONTRACTOR has obtained insurance from declares bankruptcy or is declared bankrupt, or if CONTRACTOR fails to prosecute the Work without endangering persons or property, COUNTY may order CONTRACTOR to stop the Work, or any portion thereof, until the cause for such order has been eliminated. COUNTY's order to stop the Work may be communicated through PROJECT MANAGER or by COUNTY. This right of COUNTY to stop the Work shall not give rise to any duty on the part of COUNTY or PROJECT MANAGER to exercise this right for the benefit of CONTRACTOR or any other party. CONTRACTOR shall bear all direct, indirect, and consequential costs of such order to stop the Work (including but not limited to fees and charges of PROJECT MANAGER, attorneys and other professionals, any additional expenses incurred by COUNTY due to delays to others performing Work under a separate contract with COUNTY, and other obligations), and CONTRACTOR shall further bear the responsibility for maintaining the Progress Schedule and shall not be entitled to any extension of Contract Time or increase in the Contract Price. COUNTY shall be entitled to deduct any expenses so incurred from the Contract Price by issuing a Change Order. SECTION 10 - MISCELLANEOUS Giving Notice. Whenever any provision of the Contract Documents requires the giving of written notice it shall be deemed to have been validly given as of the time of actual delivery if delivered in person; or if it is delivered by registered mail, at the actual time of delivery. Written notice to be delivered to COUNTY or PROJECT MANAGER or to any of its representatives by CONTRACTOR shall be delivered at the office stated in the Agreement, unless otherwise specified in writing to CONTRACTOR. Written notice to CONTRACTOR by COUNTY or PROJECT MANAGER shall be delivered to the individual or member of the firm or to an officer of the corporation for whom it is intended at the office stated in the Agreement, or such other office or individual designated by CONTRACTOR in writing to COUNTY. Claims for Injury or Damage to Person or Property. Should COUNTY or CONTRACTOR suffer injury or damage to person or property because of any error, omission or act of the other party or of any of the other party's employees or agents or others for whose acts the other party is legally liable, claim will be made in writing to the other party within a reasonable time from the first observance of such injury or damage. This provision shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose. Pio Conflict with Laws or Regulations. The duties, obligations, criteria or procedure imposed by these General Conditions and the rights and remedies made available are in addition to, and are not to be construed in any way as a limitation of any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, except that in the event that a specific part or detailed requirement of a provision, criterion or procedure in these General Conditions and a specific part or detailed requirement of a provision, criterion or procedure imposed or available by Laws or Regulations are in conflict the specific part or detailed requirement of Laws and Regulations shall govern. All other specific parts or detailed requirements in the provisions, criteria or procedures of the applicable Laws or Regulations and these General Conditions not in conflict shall remain in full force and effect and be read with the controlling specific part or detailed requirement. The provisions of this subsection will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. Each and every provision of law and clause required by law to be inserted in the Contract Documents shall be deemed to be inserted therein and the Contract shall be read and enforced as though it were included therein. Partial invalidity. If any provision of this contract is held by a court of competent jurisdiction to be invalid or unenforceable, such invalidity or unenforceability shall not affect the other parts of this Agreement if the rights and obligations of the parties contained herein are not materially prejudiced and if the intentions of the parties can continue to be effectuated. To that end, this Agreement is declared severable. ORID85-86-oaAF%LFGM M OMOCK:FLDERAASALESAJSE.137084C0 rdofCountyCOMMISSIoes A"FEL SALES596000856 MW FJM TO MS MER NUMM PURCHASE ORDER [ V 1 -7.- - E ORDER INQUIRIES N PURCHASING AND CONTRACT DIVISION D 1301 EAST SECOND STREET 0 EXHIBI"01"B SANFORD FLORIDA 32771 PHONE 407 665.71181 FAX IAn7to, ANALYST I -- R DELIVERY ORDER IS SUBJECT TO SU BW ALL INVOICES IN DUPLICATE TO: CLERK - B.C.C. FINANCE DIVISION POST OFFICE BOX $0110 SANFORD, Fl. 32772 Accts. Payable Inqukies - Phone (407) 665 7656 Terms and Conditions I. Acceptance/Entire Agreement, This Purchase Order ("POJ is entered coverage or by any provision in or exclusion or omission from any policy of into between Seminole County, Florida ("County") and the Supplier insurance. referenced herein (individually, referred to as "Party," and collectively, 9. insurance. Supplier, at its sole expense, shall maintain insurance "Parties'). By accepting this PO, Supplier accepts all Terms and Conditions coverage acceptable to Courtly. All policies must name County as an contained herein. This PO, including specifications and drawings, 9 any, additional insured. All Insurance Certificates must be provided to the and referenced documents, such as solicitations and responses constitutes Purchasing and Contracts Division within ten (10) days of request. Supplier the entire agreement between the Parties. Whenever terms and conditions shall notify County, in writing, of any cancellation, material change, or of Main Agreement if any, conflict with any PO issued pursuant to Main alteration to Supplier's Certificate of Insurance. Agreement Main Agreement will control. 10. Modifications. PO may be modified or rescinded in writing by County. 2. Inspection. Notwithstanding any prior payment or inspection, all 11. Material Safety Data Sheets. At time of delivery, Supplier agrees to goods/services are subject to inspection/rejection by County at any time, provide County with a current Material Safety Data Sheet for any hazardous inckidktg during manufacture, construction or preparation. To the extent a chemicals or toxic substances, as required by law. PO requires a series of performances by Supplier, County reserves right to 12. Pricing. Supplier agrees that pricing Included on PO shall remain firm cancel remainder of PO if goods/services provided during the term of PO through and until delivery of goods and/or completion of services, unless are non -conforming or otherwise rejected. Without limiting any rights otherwise agreed to by the Parties in writing. County may have, County, at its sole option, may require Supplier, at 13. Invoicing & Payment. After delivery of goods/services by Supplier and Supplier's expense to: (a) promptly repair or replace arty or all rejected acceptance by County, Supplier shall submit a properly certified invoice to: goods, or to cure or re -perform any or all rejected services; or (b) refund Seminole County Clerk of Court and Comptroller, P.O. Box 8080, Sanford, price of any or all rejected goods or seryices. All rejected goods will be held Florida 32772. Invoices must be billed at pricing stipulated on PO and mint for Supplier's prompt inspection at Supplier's risk. Nothing contained in PO include County's Order Number. Thereafter, all payments and interest on will relieve Supplier's obligation of testing, inspection and quality control. any late payments will be paid in compliance with Florida Prompt Payment 3. Packing & Shipping. Unless otherwise specified, all goods must be Act, §218.70, Florida Statutes. packed, packaged, marked and prepared for shipment in a manner that is: 14. Taxes. County is exempt from Florida sales tax, federal taxes on (a) in accordance with good commercial practice; (b) acceptable to transportation charges and any federal excise tax. County will not common carriers for shipment at the lowest rate for the particular good; (c) reimburse Supplier for taxes paid. in accordance with local, state, and federal regulations; and (d) protected 15. Termination. County may terminate PO, in whole or in part, at any time, against weather. Supplier must mark all containers with necessary lifting, either for Couitly's convenience or because of Supplier's failure to fulfill its handing, shipping information, PO number, date of shipment and the name obligations render PO, by written notice to Supplier. Upon receipt of written of the consignee and consignor. An itemized packing sheet must notice, Supplier must discontinue all defiveries affected unless written accompany each shipment. 4. Delivery; Risk of Loss. All goods are FOB destination, and risk of loss will notice directs otherwise. In the event of termination, County will be liable orgy for materials procured, work coripieted or services rendered or remain with Supplier until delivery by Supplier and acceptance by Courtly. supplies partially fabricated, within the authorization of PO. in no event will Goods delivered by Supplier that are damaged, defective, or otherwise fail to conform to PO may be rejected by Courtly or help by County at Supplier' County be liable for incidental or consequential damages by reason of such termination. s risk and expense. Courtly may charge Supplier for cost(s) to inspect, unpack, repack, store and re -ship rejected goods. 16, Equal Opportunity Employer. County is an Equal Employment Opportunity (`EEO') employer, and as such, requires all Suppliers to 5. Delivery of Excess Quantities. if Supplier delivers excess quantifies of goods without prior written authorization from Country, excess quantifies of comply with EEO regulations with regards to race, color, religion, sex, national origin, age, disability or genetic information, as may be applicable goods may be returned to Supplier at Supplier's expense. to Supplier. Arty subcontracts entered into, as authorized by County, must 6. Time is of the Essence. Time is of the essence for delivery of goods make reference to this clause with the same degree of application being /services under PO. Failure to meet delivery schedules or deliver within a encouraged. reasonable time, as determined by County, entities Courtly to seek all 17. Assignment. Supplier may not assign, transfer, or subcontract PO or remedies available at law or in equity. County reserves right to cancel any PO and procure goods/services elsewhere if delivery is not timely. Supplier any right or obligation under it without County's written consent. Arry purported assignment, transfer, or subcontract will be null and void. agrees to reimburse County for all costs incurred in enforcing its rights. Failure of County to cancel PO, acceptance, or payment will not be deemed 18. Venue & Applicable Law. The laws of the State of Florida govern validly, enforcement, and interpretation of PO. The sole jurisdiction a waiver of County's right to cancel remainder of PO. Delivery date or time in PO may be extended if Supplier provides a written request in advance of and venue for any legal action in connection with PO will be in the courts of Seminole County, Florida. originally scheduled delivery date and time and County agrees to delayed 19. Fiscal Non -Funding. In the event sufficient budgeted funds are not delivery in writing prior to originally scheduled delivery date and time. available for payment to Supplier for a new fiscal period, County shaft notify 7. Warranties. Supplier warrants to County that all goods/services covered by PO conform strictly to specifications, drawings or samples specified or Supplier of such occurrence and PO will terrgnate on the last day of the current fiscal period without penalty or expense to County. furnished by County, and are free from: (a) defects in title; and (b) latent or patent defects in material or workmanship. If no quallty is specified by 20. Public Records. Supplier acknowledges that PO and any related financial records, audits, reports, plans, corespoMence County, Supplier warrants to County that goods/services are of the best grade of their respective kinds, meet or exceed applicable standards for and other documents may be subject to disclosure to members of the public pursuant to Chapter 119, Florida Statutes. Supplier shall maintain all public records industry represented, are merchantable (as to go0s)-and are fit for County' and, upon request, provide a copy of requested records'arailow records to s particular purpose. Supplier warrants.that at the time County accepts the be inspected within a reasonable time. Supplier. shall afso_ensure that any goods/services, the goods/services will h,Tg�_-_been produced, sold, delivered and furnished in strict compliance with a[ -Wlicable federal and public records that are exempt or confidenfiaf frbjti_disclosure are not disclosed except as authorized by law. in. everg Sp pferails to abide by state laws, regulations, ordinances, rules, labor agreements and working conditions to which goods/services are subject. Supplier warrants the fide to . provisions of Chapter 119, Florida Statutes, County may, without prejudice to any other right or remedy and after giving Supplier seven (7) days written goods furnished under PO is valid, transfer of such tide to County is rightful and goods are free of any claims or liens of any nature whatsoever, notice, during which period Supplier still faits to allow access to such documents, terminate PO. IF SUPPLIER HAS QUESTIONS REGARDING whether rightful or otherwise, of any person, corporation, partnership or APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO SUPPLIER' association. All applicable manufacturers' warranties must be furnished to County at time of delivery of goods or completion of service. All warranties S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO PO, CONTACT CUSTODIAN OF PUBLIC RECORDS AT: are cumulative and are in addition to any other express or implied 407-665-7116, PURCHOSEMiNOLECOUNTYR.GOV, warranties provided by law. 8. indemnification, To the fullest extent permitted by law, Supplier assurnes PURCHASING AND CONTRACTS DIVISION, 1301 E. SECOND STREET, any and all liability for damages, breach of P0, loss or injury of any kind or nature whatsoever to persons or property caused by, resulting from or SAN FORD, FL 32771. 21 FR Rightto Audit Records. County will be entitled to audit the books and related to the goods/services provided under PO. To the fullest extent records of Supplier to the extent that the books and records relate to this permitted by law, Supplier shall indemnify and hold harmless County, its P0. Supplier must maintain books and records relating to this PO for a commissioners, officers, employees and agents from and against any and all claims, damages, demands, lawsuits, losses, costs and expenses, period of three (3) years from the date of final payment under the PO, unless the County authorizes otherwise in writing. including attorneys' fees, patent, copyright or trademark infringement, 22• Severability. if any section, sentence, clause, phrase or portion of PO judgments, decrees of whatsoever nature which County may incur as a are, for any reason, held invalid or unconstitutional by any court of result of claims, demands, lawsuits or causes of action of any kind or nature competent jurisdiction, such portion will be deemed separate, distinct, and arising from, caused by or related to goods/services furnished by Supplier, independent and such holding will not affect validity of remaining portion of its officers, employees, agents, partners, principals or subcontractors. Remedies afforded to Courtly by this section are cumulative with and in no 23. Headings & Captions. Ad headings and captions contained in PO are way affect any other legal remedy County may have under PO or at law. Supplier's obligations under PO must not be limited by any insurance provided for convenience only, do not constitute a part of PO, and may not be used to define, describe, interpret or construe any provision of PO. Rev. 4/2020 EXHIBIT C SUBMIT BIDS TO: INVITATION FOR BID Seminole County 1301 East 2nd Street And Sanford, Florida 32771 Bidder Acknowledgment Attn: PURCHASING & CONTRACTS (PCD) I Contact: Betsy J. Cohen, CPM, CPPO Procurement Administrator TERM CONTRACT FOR VARIOUS MINOR Phone: 407-665-7112 CONSTRUCTION, RENOVATION, REPAIR, Email: bcohenoseminolecountvfl.clov AND ALTERATION OF STRUCTURAL AND NON-STRUCTURAL PROJECTS WITH A VALUE LESS THAN $1 OOK EACH Due Date: June 10, 2020 at 2:00 PM (Eastern Standard Time) Location of Public Opening: PurchasinA & Contracts Division, 1301 East 2nd Street, Sanford, FL 32771 Proposer Name: Federal Employer ID Number: Godeqava eckouitirs Cor? ?W -3t&4702 - Mailing Address: If returning as a "No Submittal". state reason (if so, return only this Page); City, State, Zip: �oano6 EL 317C6 Type of Entity (C!Vc'l'e one)* ' The undersigned Bidder hereby Partnership Proprietorship Joint Venture acknowledges receipt of Addenda Incorporated in the State of: Numbers 0 through 0 List of Principals: CLQJA?,QJ'4 Authorizid Sbnature (Manual) Date Email Address:00aitlakiv Typed Name: Fax Number: Date: Cf lot IZO24 THIS FORM MUST BE COMPLETED AND RETURNED WITH WRITTEN BID The Bidder isexpected bo completely analyze the information contained in this Invitation for Bid (I FB) an guidance for the preparation oftheir written submittal. The Bidders written bid should bm apeuific, detaUed, and complete in order to clearly and fully demonstrate the Bidder's understanding ofthe requested work and/or delivery requirements. 16 Part 4 Price Submittal IFB-603836-20/BJC -- Term Contract for Various Minor Construction, Renovation, Repair, and Alteration of Structural and Non -Structural Projects with a value less than $100K each Name of Bidder: Mailing Address: Street Address: • �. Contractor's Project Manager: �( Cvtl(tSS Phone Number: •`bWO Cell Number: 6-o E -Mail Address: 5 bWt C4V 1' YQ(X-k (S -CO I'V1 Emergency Contact (Other than Project Manager): Jayea Phone Number: ( ) sy Cell Number: (y Pursuant to and in compliance with the IFB Documents, the undersigned Bidder agrees to provide and furnish any and all of the labor, material, and tools, equipment, incidentals and transportation services necessary to complete all of the Work required in connection with the required services/commodities all in strict conformity Bid Documents for the amount hereinafter set forth. The undersigned, as Bidder, declares that the only persons or parties interested in this bid as principals are those named herein; that this bid is made without collusion with any person, firm or corporation; and he proposes and agrees, if the bid is accepted, that he/she will execute a Term Contract with the COUNTY in the form set forth in the Contract Documents; that he/she will furnish the Insurance Certificates. The Rates shall include: General Administrative Overhead, fringe and benefits and profit, all documentation required for operation, deliveryAransportation of unit(s) to the County's service delivery address, indirect costs, i.e., insurance, etc., indirect labor costs. Travel time or costs associated with transportation between the Contractor's site and job site are not reimbursable. Out of state travel of any kind will not be reimbursed or allowed. IFB-603836-20/BJC — Miscellaneous Construction Projects less than $100K a is Bidder must provide the following price schedule. Bidder must attached additional pages if necessary. Construction and Maintenance - Labor CategoryHour Working Business Hours per Hour Working Business Hours per pay Non -Working Business Hours per Non -Working Business Hours per Clay Carpentry $52.00 /Hour $416.00 /Day $63.00 !Hour $504.00 /Day Finish Wood Working $55.00 !Hour $ /Day $ /Hour $528.00 /Day Plumbing $ /Hour $ /Day $66.00 /Hour $528.00 /Day Electric $55.00 /Hour $440.00 /Day $66.00 /Hour $528.00 /Day Concrete and Masonry $ /Hour $ /Day $ /Hour $ /Day HVAC $55.00 /Hour $44 /Day $ /Hour $528.00 /Day Painting $25.00 /Hour $200.00 /Day $30.00 /Hour $240.00 /Day Sheet Metal $35.00 /Hour $ /Day $ 42.00 /Hour $336.00 /Day Drywall $35.00 /Hour $ 80.00 /Day $42.00 /Hour $336.00 /Day Roofing $ /Hour $280.00 /Day $ /Hour $336.00 /Day Irrigation Repair $35.00 /Hour $ 280.00 /Day $42.00 /Hour $ 336.00 /Day WORKING BUSINESS HOURS: For purposes of this IFB, "Working Business Hours" shall be defined as 7:00 AM to 5:00 PM, Monday through Friday; "Non -Working Business Hours" shall be defined as 5:01 PM to 6:59 AM, Monday through Friday, weekends, and County observed holidays. MATERIALS MARK UP: 10 % over Contractor cost of item. Invoices must list materials and applicable sales tax and Supplier receipt must be attached to invoice. The proposed mark-up for materials shall not exceed 10%.