Loading...
882-ERC General Contracting SECTION 00500 AGREEMENT TABLE OF ARTICLES Article and Title Page 1 - AGREEMENT 1 2 - GENERAL PROVISIONS 3 3 - CONTRACTOR RESPONSIBILITIES 3 4 - CITY RESPONSIBILITIES 9 5 - CONTRACT TERMS 10 April23,2001 00500-1 99533.01 AGREEMENT This Agreement is made this 25th day of April in the year 2001, by and between ERC General Contraetin~ Services~ Inc., duly authorized to conduct business in the State of Florida, whose address is 215 Capitol Court. Ocoee~ Florida 34781 hereinafter called the "CONTRACTOR" and the City of Sanford, Florida, a political subdivision of Seminole County, Florida, whose address is City Hall, 300 North Park Avenue, Sanford, Florida 32771, hereinafter referred to as the "CITY". WITNESSETH: WHEREAS, the CITY desires to retain the services of competent and qualified contractor to provide construction services for Art Lane Class III Landfill Closure Construction Project, and WHEREAS, the CITY has requested and received expression of interest for the provision of services of contractors; and WHEREAS, CONTRACTOR is competent and qualified to furnish construction services to the CITY and desires to provide its construction services according to the terms and conditions stated herein, NOW, THEREFORE, in consideration of the mutual understandings and covenants set forth herein, CITY and CONTRACTOR agree as follows: ARTICLE 1 AGREEMENT 1.1 SERVICES. CITY does hereby retain CONTRACTOR to furnish construction services and perform tasks as described in the Minimum Specifications attached hereto and incorporated herein as Exhibit "A". 1.2 AUTHORIZATION FOR SERVICES. Authorization for performance of construction services by the CONTRACTOR under this Agreement shall be in the form of written notice to proceed issued and executed by the CITY. 1.3 DEFINITIONS .1 The Contract Documents consist of: a. Field Work Direetives and written amendments to this Agreement signed by both the CITY and CONTRACTOR; b. This Agreement and Agreement Form, except for the existing Contract Documents set forth in item e below; c. The information provided by the CITY pursuant to Clause 4.1.2.a; April 23, 2001 00500-2 99533.01 d. The Contract Documents in existence at the time of this Agreement which are set forth in Article 5.10; e. the Scope of Services provided pursuant to Subparagraph 4.1.1. In case of any inconsistency, conflict or ambiguity among the Contract Documents, the Documents shall govern in the order in which they are listed above. .2 The Work is the Construction Services, Additional Services, and other services as necessary to complete the Project in accordance with and reasonably inferable from the Contract Documents. .3 The term Day shall mean calendar day. .4 A Subcontractor is a person or entity who has an agreement with the CONTRACTOR to perform any portion of the Work. The term Subcontractor does not include any separate contractor employed by the CITY or any separate CONTRACTOR's subcontractors. .5 A Subcontractor is a person or entity who has an agreement with a Subcontractor to perform any portion of the Subcontmcter's work. ARTICLE 2 GENERAL PROVISIONS 2.1 EXTENT OF AGREEMENT This document incorporates and includes all prior negotiations, correspondence, conversations, agreements of traderstandings applicable to the matter contained herein and the parties agree that there are not commitments, agreements or understandings concerning the subject matter of the Agreement that are not contained or referred to in this document. Accordingly, it is agreed that no deviation from the terms hereof shall be predicated upon any prior representations or agreements, whether oral or written. ARTICLE 3 CONTRACTOR'S RESPONSIBILITIES The CONTRACTOR shall be responsible for the construction of the Work consistent with the minimum specifications, and as such scope of services may be modified by the CITY during the course of the Work. The CONTRACTOR shall exemise reasonable skill and judgement in the performance of the Work. CONTRACTOR shall be responsible forthe professional quality, technical accuracy, coordination, and completion of all work, plans, studies, reports, and other services furnished by CONTRACTOR under this Agreement. CONTRACTOR shall, without additional compensation, correct or revise any errors or deficiencies in services provided. Neither the CITY's review, approval or acceptance of, nor payment for, any of the services required shall be construed to operate as a waiver of any rights under this Agreement or of any April 23, 2001 00500-3 99533.01 cause of action arising out of the performance of the Agreement and the CONTRACTOR shall be and remain liable to the CITY in accordance with applicable law for all damages to the CITY caused by the CONTRACTOR' s performance of any of the services furnished under this Agreement. 3.1 PERFORMANCE and PAYMENT BONDS CONTRACTOR shall execute and furnish to the CITY, within ten (10) calendar days after Notice of Award and in any event prior to commencing work, the attached Performance Bond. Each shall be written by a corporate surety, having a resident agent in the State of Florida and having been in business with a record of five (5) successful continuous years. The surety shall have a A.M. Best's rating orB+ to A+. 3.2 PRELIMINARY SCHEDULES Unless otherwise provided in the Contract Documents, within ten days after the Effective Date of the Agreement the CONTRACTOR shall submit to the City for review: .1 A preliminary work schedule indicating the number of days for starting and completing various stages of the work. 3.3 PROGRESS SCHEDULE CONTRACTOR shall adhere to the preliminary progress schedule established in accordance with paragraph 3.2 for the first month construction within 30 days from official notice to proceed. Contractor shall prepare a detailed Construction Schedule Conforming to the requirements of Section 01310. .I CONTRACTOR shall submit a detailed schedule to CITY for acceptance (to the extent indicated in paragraph 3.2) that will not result in changing the Contract Times (or Milestones). Such adjustments will conform generally to the initial progress schedule then in effect and additionally will comply with any provisions of the General Requirements applicable thereto. .2 Proposed adjustments in the progress schedule that will change the Contract Time (or Milestones) shall be submitted in accordance with the requirements of paragraph 5.5. Such adjustments may only be made by a Change Order or Written Amendment in accordance with paragraph 5.5. 3.4 LIQUIDATED DAMAGES CITY and CONTRACTOR recognize that ftme is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not substantially complete within the time specified in Paragraph 5.2.2, plus any extensions thereof allowed in accordance with paragraph 5.5. They also recognize the delays, expense and difficulties involved in proving in a legal arbitration proceeding the actual loss suffered by CITY if the Work is not substantially complete on time. Accordingly, instead of requiring any such proof, CITY and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay CITY $500.00 for each calendar day that expires after the time April 23,2001 00500-4 99533.01 specified in Paragraph 5.2.2 for final completion until the work is finally complete. 3.5 OWNERSHIP OF DOCUMENTS All deliverable analysis, reference data, survey data, plans, and reports that result from the CONTRACTOR's services under this Agreement shall become the property of the CITY after final payment for the specific service provided is made to CONTRACTOR. Any changes or revisions to the document furnished by CONTRACTOR made by CITY or its agents without the written approval of CONTRACTOR shall be the responsibility of the CITY. 3.6 CONSTRUCTION SERVICES .1 In order to complete the Work, the CONTRACTOR shall provide all necessary construction supervision, inspection, and construction equipment, construction labor, materials, tools and subcontracted items. .2 The CONTRACTOR shall give all notices and comply with all laws and ordinances legally enacted at the date of execution of the Agreement which govern the proper performance of the Work. .3 The CONTRACTOR shall prepare and maintain a Schedule of Work. This schedule shall indicate the dates for the start and completion of the various stages of the construction including the dates when information and approvals are required from the CITY. It shall be revised as required by the conditions of the Work. .4 The CONTRACTOR, directly or through its Subcontractors, shall erect and properly maintain at all times, as required by the conditions and progress of the Work, necessary safeguards for the protection of workers and the public. The CONTRACTOR shall take necessary precautions for the safety of its employees on the Project, and shall comply with all applicable provisions of federal, state and municipal safety laws to prevent accidents or injury to persons on, about or adjacent to the Project site. The CONTRACTOR, however, shall not be responsible for the elimination or abatement of safety hazards created or otherwise resulting from work at the Project site carried on by the CITY or its employees, agents, separate contractors or tenants. The CITY agrees to cause its employees, agents, separate contractors and tenants to abide by and fully adhere to all applicable provisions of federal, state and municipal safety laws and regulations. The above provision shall not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with all applicable provisions of relevant laws. .5 The CONTRACTOR shall keep such full and detailed accounts as may be necessary for proper financial management under this Agreement. The CITY shall be afforded access to all CONTRACTOR's records, books, correspondence, instructions, drawings, receipts, vouchers, memorandums and similar data relating to Change April 23, 2001 00500-5 99533.01 Order work performed on the basis of actual cost. The CONTRACTOR shall preserve all such records for a period of three years after the final payment or longer where required by law. .6 The CONTRACTOR shall provide periodic written reports to the CITY on the progress of the Work as agreed to by the CITY and CONTRACTOR. .7 At all times the CONTRACTOR shall maintain the site of the Work free from debris and waste materials resulting from the Work. At the completion of the Work, the CONTRACTOR shall remove from the premises all construction equipment, tools, surplus materials, waste materials and debris. 3.7 WARRANTIES AND COMPLETION .1 The CONTRACTOR warrants that all materials and equipment furnished under this Agreement will be new unless otherwise specified, of good quality, in conformante with the Contract Documents, and free from defective workmanship and materials. Warranties shall commence on the date of Final Completion of the Work or of a designated portion. The CONTRACTOR agrees to correct all construction performed under this Agreement which proves to be defective in workmanship and materials within a period of one year from the date of Final Completion as set forth in Paragraph 5.2.2 or for such longer periods of time as may be set forth with respect to specific warranties required by the Contract Documents. .2 Those products, equipment, systems or materials incorporated in the Work at the direction of or upon the specific request of the CITY shall be covered exclusively by the warranty of the manufacturer. There are no warranties which extend beyond the description on the face thereof. 3.8 ADDITIONAL SERVICES The CONTRACTOR shall provide or procure Additional Services upon the request of the CITY. A written agreement between the CITY and CONTRACTOR shall define the extent of such Additional Services, such Additional Services shall be considered a Change in the Work, unless they are specifically included herein. 3.9 EQUAL OPPORTUNITY EMPLOYMENT The CONTRACTOR agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, religion, sex, age, disability, or national origin and will 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 shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruiting advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. April 23, 2001 00500-6 99533.01 3.10 CONTINGENT FEES CONTRACTOR warrants that it has not employed or retained any company or persons, other than a bonafide employee working solely for the CONTRACTOR, to solicit or secure this Agreement and the CONTRACTOR has not paid or agreed to pay any persons, company, corporation, individual or firm, other than a bonafide employee working solely for CONTRACTOR, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of the Agreement. For the breach or violation of this provision, CITY shall have the fight to terminate the Agreement at its discretion, without liability and to deduct from the Agreement price, or otherwise recover, the full mount of such fee, commission, percentage, gift or consideration. 3.11 INSURANCE 3.11.1 GENERAL CONTRACTOR shall at the CONTRACTOR's own cost, procure the insurance required under this section. a. CONTRACTOR shall fumish the CITY with a Certificate of Insurance signed by an authorized representative of the insurer evidencing the insurance required by this section (Professional Liability, Worker's Compensation/Employer's Liability and Commercial General Liability). The CITY, it's Engineers WCG, Inc., their officials, officers, and employees shall be additional named insured under the Commercial General Liability policy. The Certificate of lnsurance shall provide that the CITY shall be given not less than thirty (30) days written notice prior to the cancellation or restriction of coverage. Until such time as the insurance is no longer required to be maintained by the CONTRACTOR, the CONTRACTOR shall provide the CITY with a renewal or replacement of Certificate of Insurance not less than thirty (30) days before expiration or replacement of the insurance for which a previous certificate has been provided. b. The certificate shall contain a statement that it is being provided in accordance with the Agreement and that the insurance is in full compliance with the requirements of the Agreement. Provide further, that in lieu of the statement on the Certificate, the CONTRACTOR shall, at the option of the CITY submit a sworn, notarized statement from an authorized representative of the insurer that the certificate is being provided in accordance with the Agreement and that the insurance is in full compliance with the requirements of the Agreement. c. In addition to providing the Certificate of Insurance, if required by the CITY, the CONTRACTOR shall, within thirty (30) days after receipt of the request, provide the CITY with a certificate copy of the policies of insurance providing the coverage required by this section. d. Neither approval by the CITY or failure to disapprove the insurance furnished by CONTRACTOR shall relieve the CONTRACTOR of the CONTRACTOR's full responsibility for performance of any obligation including C ONTRACTOR's indemnification of CITY under this Agreement. April23,2001 00500-7 99533.01 3.11.2 INSURANCE COMPANY REQUIREMENTS Insurance companies providing the insurance under this Agreement must meet the following requirements: a. Insurance Rating Required: Best Rating Category A: VII b. Companies issuing policies other than Worker's Compensation, must be authorized by maintaining Certificates of Authority issued to the companies by the Department of Insurance of the state of Florida to conduct business in the State of Florida. Policies for Worker's Compensation may be issued by companies authorized as a group of self-insurer by Section 440.57, Florida Statutes. c. If, during the period which an insurance company is providing the insurance coverage required by this Agreement, an insurance company shall: 1) lose its Certificate of Authority, 2) no longer comply with Section 440.57, Florida Statutes, or 3) fail to maintain the Best Rating and Financial Size Category, the CONTRACTOR shall, as soon as the CONTRACTOR has knowledge of any such circumstance, immediately notify the CITY and immediately replace the insurance coverage provided by the insurance company with a different insurance company meeting the requirements of this agreement. Until such time as the CONTRACTOR has replaced the unacceptable to the CITY the CONTRACTOR shall be deemed to be in default of this Agreement. 3.11.3 SPECIFICATIONS Without limiting any of the other obligations or liability of the CONTRACTOR, the CONTRACTOR shall, at the CONTRACTOR's sole expense, procure, maintain and keep in force amounts and types of insurance conforming to the minimum requirements set forth in this Section. Except as otherwise specified in the Agreement, the insurance shall become effective prior to the commencement of work by the CONTRACTOR and shall be maintained in force until the Agreement completion date inabling the warranty period. The amounts and types of insurance shall conform to the following minimum requirements. .1 WORKER'S COMPENSATION/EMPLOYER'S LIABILITY a. CONTRACTOR's insurance shall cover the CONTRACTOR and its subcontractors of every tier for those sources of liability which would be covered by the latest edition of the standard Worker's Compensation Policy, as filed for used in Florida by the National Council on Compensation Insurance, without restrictive endorsements. In addition to coverage is to be included for the United States Longshoremen and Harbor Worker's Compensation Act, Federal Employer's Liability Act and any other applicable federal or state law. b. Subject to the restrictions of coverage found in the standard Worker' s Compensation Policy, there shall be no maximum limit on the amount of coverage for liability imposed by the Florida Worker's 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 Worker' s Compensation Policy. April 23, 2001 00500-8 99533.01 e. The minimum amount of coverage under Part Two of the standard Worker' s Compensation Policy shall be: $1,000,000 (Each Accident) $1,000,000 (Disease-Policy Limit) $I,000,000 (Disease-Each Employee) .2 COMMERCIAL GENERAL LIABILITY a. The CONTRACTOR's insurance shall cover the CONTRACTOR for those sources of liability which 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, without the attachment of restrictive endorsements other than the elimination of Coverage C, Medical Payment and the elimination of coverage for Fire Damage Legal Liability. b. The minimum limits to be maintained by the CONTRACTOR (inclusive of any amounts provided by an Umbrella or Excess Policy) shall be those that would be provided with the attachment of the Amendment of Limits of Insurance (Designated Project or Premises) endorsement (ISO Form CG 25 01) to a Commercial General Liability Policy with amount of specified for each project: Coverage Limits General Aggregate One and One Half (1 ~) Times Each Occurrence Limit Personal & Advertising Injury Limit $2,000,000.00 Each Occurrence Limit $2,000,000.00 .3 PROFESSIONAL LIABILITY INSURANCE The CONTRACTOR shall carry limits of not less the TWO MILLION AND NO 100THS DOLLARS ($2,000,000.00). a. COVERAGE The insurance provided by the CONTRACTOR pursuant to this Agreement shall apply on a primary basis and any other insurance or self-insurance maintained by the CITY or the CITY's officials, officers, or employees shail be excess of and not contributing with the insurance provided by or on behalf of the CONTRACTOR. b. OCCURRENCE BASIS The Worker's Compensation Policy and the Commercial Generai Liability required by this Agreement shall be provided on an occurrence rather than a claims-made basis. The Professionai Liability insurance policy must either by on an occurrence basis, or, if a claims-made basis, the coverage must respond to all 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. Apdl 23,2001 00500-9 99533.01 c. OBLIGATIONS Compliance with the foregoing insurance requirements shall not relieve the CONTRACTOR, its employees or agents of liability from any obligation under a Section or any other portions of this Agreement. ARTICLE 4 CITY'S RESPONSIBILITIES 4.1 INFORMATION AND SERVICES PROVIDED BY CITY .1 The CITY or the Engineer WCG, Inc. shall provide full information in a timely manner regarding requirements for the Project. .2 The CITY shall provide: a. all necessary information describing the physical characteristics of the site, including surveys, site evaluations, legal descriptions, existing conditions, subsurface and environmental studies, reports and investigations; b. inspection and testing services during construction as required by law or as mutually agreed; and c. unless otherwise provided in the Contract Documents, necessary approvals, site plan review, rezoning, easements and assessments, necessary permits, fees and charges required for the construction, use, occupancy or renovation of the permanent structures, including legal and other required services. .3 The CONTRACTOR shall be entitled to rely on the completeness and accuracy of the information and services required by this Paragraph 4.1. 4.2 RESPONSIBILITIES DURING CONSTRUCTION .1 The CITY and the Engineer shall review the Schedule of Work and timely respond to its obligations. .2 If the CITY or the Engineer becomes aware of any error, omission or failure to meet the requirements of the Contract Documents or any fault or defect in the Work, the CITY shall give prompt written notice to the CONTRACTOR. .3 The CITY or the Engineer shall communicate with the CONTRACTOR's Subcontractors, and suppliers and Architect/Engineer only through the CONTRACTOR. The CITY shall have no contractual obligations to Subcontractors, suppliers, or the Architect/Engineer. Ap~123,2001 00500-10 99533.01 ARTICLE 5 CONTRACT TERMS 5.1 SUB CONTRACTORS Work not performed by the CONTRACTOR with its own forces shall be performed by Subcontractors. .1 RETAINING SUBCONTRACTORS The CONTRACTOR shall not retain any Subcontractor to whom the CITY has a reasonable and timely objection. The CONTRACTOR shall not be required to retain any Subcontractor to whom the CONTRACTOR has a reasonable objection. .2 MANAGEMENT OF SUBCONTRACTORS The CONTRACTOR shall be responsible for the management of the Subcontractors in the performance of their work. .3 ASSIGNMENT OF SUBCONTRACT AGREEMENTS The CONTRACTOR shall provide for assignment ofsubcontract agreements in the event that the CITY terminates this Agreement for cause. Following such termination, the CITY shall notify in writing those subcontractors whose assignments will be accepted, subject to the rights of sureties, if any. 5.2 CONTRACT TIME .1 COMMENCEMENT OF THE WORK The Work shall commence on or about May 5, 2001 and shall proceed in general accordance with the Schedule of Work as such schedule may be amended from time to time, subject, however, to the provisions of Paragraph 3.3. .2 SUBSTANTIAL COMPLETION AND FINAL COMPLETION The date of Substantial Completion of the Work shall be no later than 120 days subject to adjustment in accordance with the provisions of Article 5.5. Final Completion shall be 150 days after City Notice to Proceed. .3 CONTRACT RENEWAL The contract shall commence upon execution by both parties and extend for a maximum period of up to five (5) months. No renewal of contract is provided under the agreement. 5.3 DELAYS IN THE WORK .1 Any necessary modifications to the terms of the contract shall be negotiated between the CITY and CONTRACTOR. .2 In the event delays to the project are encountered for any reason, the parties agree to April 23, 2001 00500-11 99533.01 undertake reasonable steps to mitigate the effect of such delays. 5.4 CONTRACT PRICE The Owner will pay the Contractor in current funds for professional services, correctly completed, called for under this Agreement, subject to adjustment in accordance with the provisions of Article 5.5, the Total Contract Lump Sum Price of Three Hundred Ninety Thousand, Seven Hundred Seventy One, and 62/100ths Dollars ($390,771.62) for the Alternate 2 Lump Sum Bid. Payments will be made to the Contractor based on the Lump Sum Bid amount, the Schedule of Values, and subject to completion of the work, in accordance with the Contract Documents. 5.5 CHANGES IN THE WORK 5.5.1 CHANGE ORDERS .1 Changes in the Work which are within the general scope of this Agreement may be accomplished by Change Order without invalidating this Agreement. .2 Each adjustment in the Contract Price resulting ~'om a Change Order shall clearly separate the amount attributable to Design Services. The CONTRACTOR shall not perform changed Work until a Change Order has been executed by the CITY, with appropriate authorization and agreement. .3 The CONTRACTOR shall maintain a document, itemized accounting evidencing the expenses and savings :4 An increase or decrease in the Contract Price resulting from a change in the Work shall be determined by one or more of the following methods; a. Unit prices set forth in this Agreement or as subsequently agreed; b. A mutually accepted, itemized lump sum; 5.5.2 EMERGENCIES In any emergency affecting the safety of persons and/or property, the CONTRACTOR shall act to prevent threatened damage, injury or loss. 5.6 PAYMENT 5.6.1 INVOICES AND PAYMENT .1 Payments shall be made to the CONTRACTOR when requested as work progresses for services furnished, but no more than once monthly. CONTRACTOR may invoice an amount due based on percentage of total required services actually performed and completed. Request for payment with adjusted schedule of Valves shall be prepared in accordance with Sections 01027 and 01370. Request for payment shall be April 23, 2001 00500-12 99533.01 submitted monthly to Engineer WCG, Inc.. Upon review and approval of invoice by Engineer and City, the CITY shall pay the CONTRACTOR within thirty (30) days of receipt of the invoice. .2 CONTRACTOR shall render to the CITY, at each pay request period, an itemized pay request, properly dated including, but not limited to, the following information; a. Name and address of CONTRACTOR b. City Purchase Order No. c. Other information as may be required by this Agreement or requested by the CITY from time to time. The original invoice shall be sent to: A duplicate invoice shall be sent to: John M. Less, P.E. Charles T. Hargrove WCG, Inc. Street Superintendent 630 N. Wymore Road 300 North Park Avenue Suite 370 Post Office Box 1788 Maltland, Florida 32751 Sanford, Florida 32772-1788 .3 Progress payments will be made in an amount equal to 90% of the value of Work completed, less, in each case, the aggregate of payments previously made. At the sole discretion of the OWNER, monthly progress payments may be increased after 50% of the Work is completed to 95% of the value of Work completed less the aggregate of previous payments provided that: a) Contractor is making satisfactory progress, and b) there is no specific cause for greater withholding. However, the OWNER may subsequently resume retaining 10% of the value of Work completed and materials delivered if, in the sole determination of the OWNER, the CONTRACTOR is not performing according to the Contract Doeaments or not complying with the current progress schedule. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. 5.6.2 AUDIT CITY may perform or have an audit of the records of CONTRACTOR after final payment to support final payment hereunder. This audit would be performed at a time mutually agreeable to CONTRACTOR and CITY subsequent to the close of the final fiscal period in which the last work is performed. Total compensation to CONTRACTOR may be determined subsequent to an audit as provided for in this Section, and the total compensation so determined shall be used to calculate final payment to CONTRACTOR. Conduct of this audit shall not delay final payment. In the event of a dispute related to modification of final payment arising from the audit, the parties agree to utilize dispute resolution procedures contained in paragraph 5.7 herein. 5.7 CLAIMS AND DISPUTES .1 Written notice stating the general nature ofeach Claim, dispute, or other matter shall April 23, 2001 00500-13 99533.01 be delivered by the claimant to the other party to the Contract promptly, (but in no event later than 30 days) after the start of the event giving rise thereto. Notice of the amount or extent of the Claim, dispute, or other matter with supporting data shall be delivered to the other party to the Contract within 60 days after the start of such event. A Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of paragraph 5.5. A Claim for an adjustment in Contract Time shall be prepared with the provisions of paragraphs 5.2 and 5.3. Claim shall be accompanied by clalmant's written statement that the adjustment claimed is the entire adjustment to which the claimant believes it is entitled as a result of said event. The opposing party shall submit any response to the claimant within 30 days after receipt of the claimant's last submittal. .2 In the event of a dispute related to any performance or payment obligation arising under this Agreement, the parties agree to exhaust CITY's administrative dispute procedures prior to filing suit, or .3 In the event that CITY administrative dispute procedures are exhausted and the dispute is unresolved, the parties shall exercise best efforts to resolve disputes through voluntary mediation. Mediator selection and the procedures to be employed in voluntary mediation shall be mutually acceptable to the parties. Costs of voluntary mediation shall be shared equally among the parties participating in the mediation. 5.8 TERMINATION OF THE AGREEMENT 5.8.1 SUSPENSION OF WORK AND TERMINATION .1 CITY may suspend work a. At any time and without cause, CITY may suspend the Work or any portion thereof for a period of not more than 90 consecutive days by notice in writing to CONTRACTOR, which will fix the date on which Work will be resumed. CONTRACTOR shall resume the WORK on the date so fixed. CONTRACTOR shall be allowed an adjustment in the Contract Price or an extension of the Contract Times, or both, directly attributable to any such suspension if CONTRACTOR makes a Claim thereof as provided in paragraph 5.7. .2 CITY may terminate for cause a. The occurrence of any one or more of the following events will justify for cause: 1. CONTRACTOR's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph 3.3. 2. CONTRACTOR's disregard of Laws or Regulations of any public having April 23, 2001 00500-14 99533.01 jurisdiction; 3. CONTRACTOR' s disregard of the authority of the CITY; or 4. CONTRACTOR's violation in any substantial way of any provisions of the Contract Documents. b. If one or more of the events identified in paragraph 5.8.1.2 occur, CITY may, after giving CONTRACTOR (and the surety, if any) seven days written notice, terminate the services of CONTRACTOR, exclude CONTRACTOR from the Site, and take possession of the Work and of all CONTRACTOR's tools, appliances, construction equipment, and machinery on Site, and use the same to the full extent they could be used by CONTRACTOR (without liability to CONTRACTOR for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which CITY has paid CONTRACTOR but which are stored elsewhere, and finish the WORK as CITY may deem expedient. In such case, CONTRACTOR shall not be entitled to receive any fiather payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses, and damages (including, but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) sustained by CITY arising out of or relating to completing the Work, such excess will be paid to CONTRACTOR. If such claims, costs, losses, and damages exceed such unpaid balance, CONTRACTOR shall pay the difference to CITY. Such claims, costs, losses, and damages incurred will be reviewed by CITY as to the reasonableness and, when appmved shall be, incorporated in a Change Order. When exercising any rights or remedies under this paragraph CITY shall not be required to obtain the lowest price for the Work performed. e. When CONTRACTOR's services have been so terminated by CITY, the termination will not affect any rights or remedies of CITY against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by CITY will not release CONTRACTOR from liability. 5.8.2 CITY MAY TERMINATE FOR CONVENIENCE .1 Upon seven days written notice to CONTRACTOR CITY may, without cause and without prejudice to any other right or remedy of CITY, elect to terminate the Contract. In such case, CONTRACTOR shall be paid without duplication of any item: a. for completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, at unit prices specified on CONTRACTOR'S submitted bid form (attached); b. for all claims, costs, losses, and damages (including, but not limited to all fees and charges of CONTRACTOR's, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred in settlement of terminated April 23, 2001 00500-15 99533.01 contracts with subcontractors, Suppliers, and others; and c. For reasonable expenses directly attributable to termination. .2 CONTRACTOR shall not be paid on amount of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. 5.8.3 CONTRACTOR MAY STOP WORK OR TERMINATE .1 If, through no act or fault of CONTRACTOR, the Work is suspended for more than 90 consecutive days by CITY or under an order of court or other public authority, fails to act on any Application of Payment within 45 days after it is submitted, or CITY fails for 30 days te pay CONTRACTOR any sam finally determined to be due, then CONTRACTOR may, upon seven written days notice to CITY and Engineer, and provided CITY does not remedy such suspension or failure within that time, terminate the Contract and recover from CITY payment on the same terms as provided in paragraph 5.8.2. In lieu of terminating the Contract and without prejudice to any other fight or remedy, if CITY has failed to act on an Application of Payment within 45 days after it is submitted, or CITY has failed for 45 days after it submitted, or CITY has failed for 45 days to pay CONTRACTOR any sam finally determined to be due, CONTRACTOR may, seven days after written notice to CITY, stop the Work until payment is made of all such amounts due CONTRACTOR, including interest thereon. The provisions of this paragraph 5.8.3 are not intended to preclude CONTRACTOR from making a Claim under paragraph 5.7 for an adjustment in Contract Price or Contract Time or otherwise for expenses or damage directly attributable to CONTRACTOR's stopping the Work as permitted by this paragraph. 5.9 MISCELLANEOUS PROVISIONS .1 ASSIGNMENT Neither the CITY nor the CONTRACTOR shall assign their interest in this Agreement without the written consent of the other except as to the assignment of proceeds. .2 GOVERNING LAW This Agreement shall be govemed by the law in effect at the location of the Project. .3 SEVERABILITY The partial or complete invaiidity of any one or more provisions of this Agreement shall not affect the vaiidity or continuing force and effect of any other provision. .4 NO WAIVER OF PERFORMANCE The failure of either party to insist, in any one or more instances, on the performance of any of the terms, covenants or conditions of this Agreement, or to exercise any of its rights, shall not be construed as a waiver or relinquishment of such term covenant, condition or right with respect to further performance. Apfi123,2001 00500-16 99533.01 .5 TITLES The title given to the Articles of this Agreement are for ease of reference only and shall not be relied upon or cited for any other purpose. .6 MODIFICATIONS, AMENDMENTS OR ALTERATIONS No modification, amendment or alteration in the terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. .7 INDEPENDENT CONTRACTOR It is agreed that nothing herein contained is intended or should be construed as in any manner creating or establishing a relationship of coparmers between the parties, or as constituting the CONTRACTOR including its officers, employees, and agents, the agent, representative, or employee of the CITY for any purpose, or in any manner, whatsoever. The CONTRACTOR is to be and shall remain an independent CONTRACTOR with respect to all services performed under this Agreement. .8 EMPLOYEE STATUS Persons employed by the CONTRACTOR in the performance of services and functions pursuant to this Agreement shall have no claim to pension, workers compensation, unemployment compensation, civil service or other employee rights or privileges granted to the CITY officers and employees either by operation of law or by the CITY. .9 PUBLIC RECORDS LAW CONTRACTOR acknowledges CITY 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 CITY 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 that said statute controls over the terms of this Agreement. .10 NOTICES Whenever either party desires to give notice unto the other, it must be given by written notice, sent by certified United States mall, with return receipt requested, addressed to the party for whom it is intended at the place last specified and the place for giving on notice shall remain such until it shall have 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, to wit: April 23, 2001 00500-17 99533.01 For CITY: For ENGINEER: Charles T. Hargrove John M. Less, P.E. Streets Superintendent WCG, Inc. 300 N. Park Avenue, P.O. Box 1788 630 N. Wymore Road, Suite 370 Sanford, Florida 32772-1788 Maltland, Florida 32751 For CONTRACTOR: Jerry Pinder, President ERC General Contracting Services, Inc. 215 Capitol Court Ocoee, Florida 34781 .11 RIGHTS AT LAW RETAINED The rights and remedies of the CITY, provided for under this Agreement, are in addition to any other rights and remedies provided by law. .12 ENGINEER The Project has been designed by WCG, Inc., referred to in the documents as the Engineer, whose authority during the progress of construction is defined in the General Conditions and Supplementary Conditions. 5.10 EXISTING CONTRACT DOCUMENTS The Contract Documents in existence at the time of execution of this Agreement are as follows: .1 ERC General Contracting Services, Inc. submittal for Request For Proposal No. IFB00/01-19 .2 The Contract Documents consist of this Agreement; all Technical, General, and Supplementary Conditions and Sections contained in the Project Manual; the Drawings as listed on the Bid Form and Index to Drawings; all Addenda issued prior to and all Change Orders issued after execution of this Agreement. These form the Contract and all are as fully a part of the Contract as if attached to this Agreement or repeated herein. a. The Contractor shall perform all work required by the Contract Documents for the constructii~n of the Art Lane Class III Landfill Closure. The project consists of final closure of the 5.7 acre Art Lane Class III Landfill unit located on Art Lane, 800 feet north of Lake Mary Blvd in the City of Sanford. The closure project includes but is not limited to: stripping and removal of vegetation, tree removal, grubbing, regrading of waste, installation of a sand leveling layer, installation of barrier layer, protective soils and sod. The barrier layer will be a Geosynthetic Clay Liner (GCL). A horizontal landfill gas vent system and gas probes are included. Additional work includes the excavation of a 1.2 acre wet detention April 23, 2001 00500-18 99533.01 pond, installation of a control structure with piping, and contouring and sodding of an 800 foot-long ditch, leading to Lake Mary Boulevard. Prospective bidders are advised that there is limited staging and storage area available on the 9.7 acre site. Owner Construction Quality Control/Testing services grouting of existing groundwater wells, surface extension of existing grotmdwater wells, and installation / well developmere for new groundwater wells will be performed by a geotechnicai firm under separate contract with the City. b. The Contractor shall commence work as soon as possible accommodating all the homeowners in the area to limit noise, traffic disruption, etc. The Contractor shall coordinate closely with the City for any utility repairs or relocation necessary for this project, unless otherwise directed or approved by the City/Engineer. Contractor shall call for all locates and provide reasonable care during construction to not damage any existing utilities. IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. CONTRACTOR: ERC General Contracting Services, Inc. Name of Finn By rry ' er, President OWNER: City of Sanford Attest ~ Deputy City Clerk ' :, April 23, 2001 00500-19 99533.01 SECTION 00660 NOTICE OF AWARD FORM PROJECT DESCRIPTION: Art Lane Class III Landfill Closure The OWNER has considered the BID submitted by your firm on April 12, 2001 for the above-described WORK in response to the Advertisement for Bids and Information for Bidders. You are hereby notified that your Alternate No. 2 LUMP SUM BID has been accepted for BID items described in the plans and Contract Documents in the mount of Three Hundred Ninety Thousand, Seven Hundred Seventy One Dollars and Sixty Two Cents ($390,771.62). You are required by the Information for Bidders to execute the Agreement and fumish the required CONTRACTOR's Performance Bond, Payment Bond, and certificates of insurance within ten (10) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to fumish said Bonds within ten (10) calendar days from the date of this Notice, said OWNER will be entitled to consider all your rights arising out of the OWNER's acceptance of your BID as abandoned and as a forfeiture of your BID BOND. The OWNER will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this NOTICE OF AWARD to the OWNER. Dated this 251h day of April, 2001. ACCEPTANCE OF NOTICE Receipt and acceptance of the above NOTICE OF AWARD is hereby ackno. wledged by ERC General Contracting Services, Inc. this the 251h day of April, 2001. By ~ d~den~td~ END OF SECTION April 23, 2001 00660-1 99533.01 SECTION 00661 NOTICE TO PROCEED TO: Mr. Jerry Pinder, President ERC General Contracting Services, Inc. 215 Capitol Court Ocoee, Florida 34761 DATE: Aoril 25. 2001 PROJECT: Art Lane Class III Landfill Closure You are hereby notified to commence WORK in accordance with the Agreement dated April 25, 2001, on or before May 5, 2001 and you are to complete the WORK within 150 consecutive calendar days thereafter. Substantial Completion date is September 20, 2001. The completion of all WORK is to be accomplished on or before October 2, 2001. By Tony V~~anager ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED IS HEREBY ACKNOWLEDGED by ERC General Contractin~ Services, Inc. this 251h day of Aprik 2001. (/' ~ Pin;tgr, President END OF SECTION March 1, 2001 00661-1 99533.01 SECTION 00620 LABOR AND MATERIALS PAY~IENT BOND FORM Bond iqo. 1046557 ERC General Contracti~ THIS INSTRUNIENT WITNESSETH: That we (1)Services, Inc. a (_~ Corporation organized under the laws of the State of Florida and regularly authorized to do business ~n the State of (3) Florida as Principal, and we (4)XL p 3.alty Company a (_) CoreDoration S ec' Insffrance 9 orgapjzed under the taws of the State of Illinoi~Lnd regularly autho~zed to do business in the State of (3) Florida as Surety, are held and firmly bound unto (5) The City of Sanford hereinafter called the Owner f ~ou H ridred Fi ~ Tho s ine o in accordance with a Contract hereinaf~er referred to, in the penal sum ( Hun~re~ Twenty Mzx an~ ~0B Dollars ($ 405 ' 9267 ~zful money of the United Staies, well and truly to be paid unto the said Owner, for the payment of which we bind ourselves, our heirs, executors~ administrators, successors and jointly and severally, firmly by these presents. W~HEKEAS, the said principal has entered into a~en" contract with the Owner dated 9/z.F ~ t for work designated as An Lane Class 31t:i Landfill ._: Closure, located in Sanford, Florida, c~//n;orrnity with Contract Documents hereby referred te and made .a part hereof, the same to all intents and purposes as if wrinen at length heroin, in which Contract the said Principal has contracted to perform the work specified in said Contract in accordance with the termi:~e~eo~:- :. NOW, THEREFORE, the condition of this obligation is such t~iat if the Principal shall faithfully satisfy all claims and demands incurred by the Principal of said Contract, and shall pay all obligations arising thereunder, and shall fully indemnify and save harmless the Owner'from all cost and damage which the Owner might suffer by reason of the failure of the Principal to .do s0, and shall fully reimburse and repay D the Owner all costs, damages, and expenses which the O~,ner may incur in making good anydefault by the Principal, and shall promptly make payment of prevailing wages to all persons supplying labor, equipment or materials for use in the prosecution of the work. whether by subcontractor or other,vise, and including all insurance premiums on said work as provided for in such Contract, then this obligation shall be null and void, otherwise it shall remain in full force and effect. IN ADDITION, the Principal and Surety, jointly and severally, expressly guarantee that the Owner will be held harmless from any liens, claims, demands or obligations in conjunction with materials or services provided with respect to this Contract. This bond shall remain in effect for a period of one year from the date offtoni acceptance. The Owner may sue on this Bond, and any person furnishing materiai or performing labor, either as an individual or as a Subcontractor, shall have the fight to sue on this Bond in the name of the Owner for his use and benefit. The said Surety, for value received, hereby stipulates and agrees that no change, extension of time, altemtion or addition to the terms of the Contract or to the Work to be performed thereunder or the Contract Documents accompanying the Same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, e.'ctension of time, alteration or addition to the terms of the Contract or to the Work or to the Contract Documents. PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. March 1,2001 00620-1 99533.01 SECTION 00610 PERFORMANCE BOND FORM Bond No. 1046557 ERC General Contractirhg (2) Corporation THIS INSTRUMENT WITNESSETH: That we ( 1 ) Services, Inc. organized under the laws of the State of Florida and regularly authorized to do business in the State of- Florida as Principal, and we (3) XL Specialty Insurance Company a (2) Corporation __ organized under the laws of the State of Illinois and regularly authorized to do business in the State of Florida as Surety, are held and firmly bound unto the City of Sanford, Florida, hereinafter called the Owner in accordance with a Ca~t~act hereinafter referred to, in the penal sum of(4) Four Hundred Five Thousand Nine Hundred Twenty Six 1 00Dollars ($ 405,926.11 ) lawful money of the United States. well and truly to be paid unto the said Owner. for the payment of which we bind ourselves. our heirs. executors. administrators. successors and assignees. jointly and severally, firmly by these presents; with Contract Documents hereby referred to and made a pan hereof, the same to all intents and purposes5 as if written at length herein, in which Contract the said Principal has contracted to perform the w0rk2spedfied in said Contract in accordance with the terms thereof; NOW, THEREFORE, the condition of this obligation is such that if the Principal shall faithfuH~ the Contract on his (its) pan, and satisfy all covenants, terms, conditions and agreements incurred'by Principal in the performance of said Contract, during the original term thereof, and any extensions tli~mof which may be granted by the Owner, with or without notice to the Surety, and shall satisfy all claims and emands arising thereunder and shall fully indemnify and save harmless the Owner from all cost and damage which the Owner might suffer by reason of the failure of the Principal to do so, and shall fully reimburse and repay to the Owner all costs, damages.. and expenses which the Owner may incur in making good any default by .the Principal, including any default based upon failure of the .Principal, to fulfill his obligation to furnish maintenance, repairs, or replacements for any period of time after the work is completed, if provided for in said Contract, then this obligation shall be null and void, otherwise it shall remain in full force and effect. IN ADDITION, the Principal and Surety, jointly and severally, expressly guarantee that all materials furnished and workmanship performed under the Contract and in the construction of the work shall fulfill all requirements of the Contract and the Contract Documents with respect to them. This bond shall remain in effect for a period of two years from the date of final acceptance. IT IS HEREBY STIPULATED AND AGREED that any suit based upon any default of the Principal in fulfilling his obligations to fumish maintenance, repairs, or replacements for any period of time after the Work is completed, if provided for in the Contract, may be brought at any time up to six months after the expiration of the time specified in the Contract during which the Contractor has agreed to furnish such maintenance or make such repairs or replacements. THE SAID SURETY, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder or the Contract . Documents accompanying the same shall in any way affect its obligations on this Bond, and it does hereby March 1 2001 00610-t 99533.01 Nielson, Rosenhaus, Wojtowicz, Mosholder & Associates A member of Collinsworth, Alter, Nielson, Fowler & Dowting, Inc. 2500 W. Lake Mary Blvd., Suite 107, Lake Mary, FL 32746 (407) 330-3990 PUBLIC WORKS BOND in compliance with Florida Statutes 255.05 (1)(a) PERFORMANCE BOND NO: 1046557 Contractor Name: ERC General Contracting Services, Inc. Address: 215 Capitol Court Ocoee, FL 34761 Phone No: 407-656-3900 Surety Company: XL Specialitv Insurance Company Surety Address: 210 University Ddve, Suite 209, Coral SprinGs, FL 33071 Surety Phone No: 866-284-9183 Owner Name: City of Sanford Address: 300 N. Park Ave, Sanford, FL 32771 Phone No: 407-30-5613 Obligee Name: (if different for property owner) Obligee Address: Obligee Phone No: Project Name: Art Lane Class III Landfill Closure, Proiect No: 99533.01; IFB #00/01-19 Project Location: Sanford, Florida Legal Description: Art Lane Class III Landfill Closure, Sanford, Seminole County, Florida; Project No: 99533.01; IFB~00/01-19 Nielson, Rosenhaus, Wojtowicz, Mosholder & Associates A member of Collinsworth, Alter, Nielson, Fowler & Dowling, Inc. 2500 W. Lake Mary Blvd., Suite 107, Lake Mary, FL 32746 (407) 330-3990 PUBLIC WORKS BOND in compliance with Florida Statutes 255.05 (1)(a) PERFORMANCE BOND NO: 1046557 Contractor Name: ERC General Contracting Services, Inc. Address: 215 Capitol Court Ocoee, FL 34761 Phone No: 407-656-3900 Surety Company: XL Specialitv Insurance ComPanY Surety Address: 210 UniversitV Drive, Suite 209, Coral Sprinc~s, FL 33071 Surety Phone No: 866-284-9183 Owner Name: City of Sanford Address: 300 N. Park Ave, Sanford, FL 32771 Phone No: 407-30-5613 Obligee Name: (if different for property owner) Obligee Address: Obligee Phone No: Project Name: Art Lane Class III Landfill Closure, Proiect No: 99533.01; IFB #00/01-19 Project Location: Sanford, Florida Legal Description: Art Lane Class III Landfill Closure, Sanford, Seminole County, Florida; Project No: 99533.01; IFB#00/01-19