Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
2015-72 7
CONTRACTOR AGREEMENT FOR
STREET RESURFACING SERVICES
THIS AGREEMENT, made and entered into this ,. day of 2015,
A.D., by and between the City of Clermont, 685 West Montrose Street, Clermont, Florida
(hereinafter referred to as "CITY"), and ALLSTATE PAVING, INC., 5284 Patch Road,
Orlando, FL 32822 (hereinafter referred to as "CONTRACTOR").
WITNESSETH: That the parties hereto, for the consideration hereinafter set forth,
mutually agree as follows:
ARTICLE I-SCOPE OF WORK
The CONTRACTOR shall furnish all labor, materials, equipment, machinery, tools,
apparatus and transportation and perform all of the work described in the bid documents
and specifications entitled:
RFB NO. 15-035 -2015 Street Resurfacing Services
as prepared by CITY and its agents shall do everything required by this Contract and the
other Contract Documents contained in the specifications, which are a part of these
Documents.
ARTICLE II-THE CONTRACT SUM
The CITY shall pay to the CONTRACTOR, for the faithful performance of the Contract as
set forth in the contract documents and the Price Schedule, attached hereto and
incorporated herein as Exhibit "A", in lawful tender of the United States, the total contract
sum of TWO HUNDRED SIXTY-NINE THOUSAND, FOUR HUNDRED TWENTY-
SIX DOLLARS AND 00/100 CENTS ($269,426.00).
ARTICLE III-COMMENCEMENT AND COMPLETION O F WORK
1. The CONTRACTOR shall commence work within 10 calendar days after receipt of
(i) Notice to proceed, and (ii) receipt of all permits required to perform the work,
and the CONTRACTOR will substantially complete the same within forty (40)
calendar days, unless the period for completion is extended otherwise by the
amendment or change order to the Contract. Final completion shall be fifteen (15)
calendar days thereafter.
2. The CONTRACTOR shall prosecute the work with faithfulness and diligence.
1
3. The CONTRACTOR further declares he has examined the sites of the work and
that from personal knowledge and experience or that he has made sufficient
investigations to fully satisfy himself that such sites are correct and suitable for the
work and he assumes full responsibility therefore. The provisions of this Contract
shall control any inconsistent provisions contained in the specifications. All
Drawings and Specifications have been read and carefully considered by the
CONTRACTOR, who understands the same and agrees to their sufficiency for the
work to be done. It is expressly agreed that under no circumstances, conditions or
situations shall this Contract be more strongly construed against the CITY than
against the CONTRACTOR and his Surety.
Any ambiguity or uncertainty in the Plans, Drawings or Specifications shall be
interpreted and construed by the CITYS Public Services Project Manager and his
decision shall be final and binding upon all parties.
It is distinctly understood and agreed that the passing, approval and/or acceptance
of any part of the work or material by the CITY or by any agent or representative as
in compliance with the terms of this Contract and/or of the Drawings, Plans and
Specifications covering said work shall not operate as a waiver by the CITY of
strict compliance with the terms of this Contract and/or the Drawings and
Specifications covering said work; and the CITY may require the CONTRACTOR
and/or his Surety to repair, replace, restore and/or make to comply strictly and in all
things with this Contract and the Drawings and Specifications any and all of said
work and/or materials which within a period of one year from and after the date of
the passing, approval, and or acceptance of any such work or material, are found to
be defective or to fail and in any way to comply with this Contract or with the
Drawings and Specifications. This provision shall not apply to materials or
equipment normally expected to deteriorate or wear out and become subject to
normal repair and replacement before their condition is discovered. The
CONTRACTOR shall not be required to do normal maintenance work under the
guarantee provisions. Failure on the part of the CONTRACTOR and/or his Surety,
immediately after Notice to either, to repair or replace any such defective materials
and workmanship shall entitle the CITY, if it sees fit, to replace or repair the same
and recover the reasonable cost of such replacement and/or repair from the
CONTRACTOR and/or his Surety, who shall in any event"be jointly and severally
liable to the CITY for all damages, loss and expense caused to the CITY by reason
of the CONTRACTOR'S breach of this Contract and/or his failure to comply
strictly and in all things with this Contract and/or his failure to comply strictly and
in all things with this Contract and with the Drawings and Specifications.
4. If required, As-built drawings and warranties acceptable to CITY must be
submitted to the CITY before final payment will be made to the CONTRACTOR.
2
ARTICLE IV—LIQUIDATED DAMAGES
1. It is mutually agreed that time is of the essence in regard to this Contract.
Therefore, notwithstanding any other provision contained in the Contract
Documents, should the CONTRACTOR fail to complete the work within the
specified time as set by the Notice to Proceed, or any authorized extension thereof,
CONTRACTOR shall pay to CITY the sum of FIVE HUNDRED DOLLARS
($500.00) per calendar day as fixed, agreed and liquidated damages for each
calendar day elapsing beyond the specified time date; which sum shall represent the
damages sustained by the CITY, and shall be considered not as a penalty, but in
liquidation of damages sustained. Contractor shall pay the liquidated damages
amount contained herein to CITY within fifteen (15) days of receipt of CITY's
written demand for such payment.
2. For the purposes of this Article, the day of final acceptance of the work shall be
considered a day of delay, and the scheduled day of completion of the work shall
be considered a day schedule for protection.
ARTICLE V—PARTIAL AND FINAL PAYMENTS
In accordance with the provisions fully set forth in the General Conditions, and subject to
additions and deductions as provided, the CITY shall pay the CONTRACTOR as follows:
1. CONTRACTOR shall submit a progress payment request by the third (3rd) day of
each calendar month for work performed during the preceding calendar month.
Upon CONTRACTOR's signature accepting the PARTIAL PAYMENT
AUTHORIZATION, the CITY shall make a partial payment to the
CONTRACTOR, within thirty (30) calendar days, on the basis of a duly certified
and approved payment invoice by the CITY for work performed during the
preceding calendar month under the Contract. To insure proper performance of the
Contract, the CITY shall retain ten percent (10%) of the amount of each estimate
until final completion and acceptance of all work covered by the Contract.
2. Upon submission by the CONTRACTOR of evidence satisfactory to the CITY that
all payrolls, material bills and other costs incurred by the CONTRACTOR in
connection with the construction of the work have been paid in full, and also, after
all guarantees that may be required in the Specifications have been furnished and
are found acceptable by the CITY, final payment, including any retainage amount,
on account of this Contract shall be made within thirty (30) calendar days after
completion of all work by the CONTRACTOR covered by this Agreement and
acceptance of such work by the CITY.
3
ARTICLE VI—DISPUTE RESOLUTION - MEDIATION
1. Any claim, dispute or other matter in question arising out of or related to this
Agreement shall be subject to mediation as a condition precedent to voluntary
arbitration or the institution of legal or equitable proceedings by either party.
2. The CITY and Contractor shall endeavor to resolve claims, disputes and other
matters in question between them by mediation.
3. The parties shall share the mediator's fee and any filing fees equally. The
mediation shall be held in the place where the Project is located, unless another
location is mutually agreed upon. Agreements reached in mediation shall be
enforceable as settlement agreements in any court having jurisdiction thereof.
ARTICLE VII—INSURANCE AND INDEMNIFICATION RIDER
1. Worker's Compensation Insurance - The Contractor shall take out and
maintain during the life of this Agreement Worker's Compensation Insurance for all his
employees connected with the work of this Project and, in case any work is sublet, the
Contractor shall require the subcontractor similarly to provide Worker's Compensation
Insurance for all of the latter's employees unless such employees are covered by the
protection afforded by the Contractor. Such insurance shall comply with the Florida
Worker's Compensation Law. In case any class of employees engaged in hazardous work
under this contract at the site of the Project is not protected under the Worker's
Compensation statute, the Contractor shall provide adequate insurance, satisfactory to the
CITY, for the protection of employees not otherwise protected.
2. Contractor's Public Liability and Property Damage Insurance - The
Contactor shall take out and maintain during the life of this Agreement Comprehensive
General Liability and Comprehensive Automobile Liability Insurance as shall protect it
from claims for damage for personal injury, including accidental death, as well as claims
for property damages which may arise from operating under this Agreement whether such
operations are by itself or by anyone directly or indirectly employed by it, and the amount
of such insurance shall be minimum limits as follows:
(a) Contractor's Comprehensive General, $1,000,000 Each
($2,000,000 aggregate)
Liability Coverages, Bodily Injury Occurrence, & Property Damage
Combined Single Limit
(b) Automobile Liability Coverages, $1,000,000 Each
Bodily Injury&Property Damage Occurrence,
Combined Single Limit
(c) Excess Liability, Umbrella Form $2,000,000
Each Occurrence, Combined Single Limit
4
Insurance clause for both BODILY INJURY AND PROPERTY DAMAGE
shall be amended to provide coverage on an occurrence basis.
3. Subcontractor's Public Liability and Property Damage Insurance - The
Contractor shall require each of his subcontractors to procure and maintain during the life
of this subcontract, insurance of the type specified above or insure the activities of his
subcontractors in his policy, as specified above.
4. CITY's and Contractor's Protective Liability Insurance - The CITY shall
procure and furnish an CITY's and Contractor's Protective Liability Insurance Policy with
the following minimum limits:
(a) Bodily Injury Liability& $1,000,000 each($2,000,000 aggregate)
Property Damage Liability Occurrence
Combined Single Limit
5. "XCU" (Explosion, Collapse, Underground Damage) - The Contractor's
Liability Policy shall provide "XCU" coverage for those classifications in which they are
excluded.
6. Broad Form Property Damage Coverage, Products & Completed Operations
Coverages - The Contractor's Liability Policy shall include Broad Form Property Damage
Coverage, Products and Completed Operations Coverages.
7. Contractual Liability Work Contracts - The Contractor's Liability Policy
shall include Contractual Liability Coverage designed to protect the Contractor for
contractual liabilities assumed by the Contractor in the performance of this Agreement.
8. Indemnification Rider
(a) To cover to the fullest extent permitted by law, the Contractor shall
indemnify and hold harmless the CITY and its agents and employees
from and against all claims, damages, losses and expenses, including but
not limited to attorney's fees, arising out of or resulting from the
performance of the Work, provided that any such claim, damage, loss or
expense (1) is attributable to bodily injury, sickness, disease or death, or
to injury to or destruction of tangible property (other than the Work
itself) , and (2) is caused in whole or in part by any negligent act or
omission of the Contractor, any subcontractor, anyone directly or
indirectly employed by any of them or anyone for whose acts any of
them may be liable, regardless of whether or not it is caused in part by a
party indemnified hereunder. Such obligation shall not be construed to
negate, abridge, or otherwise reduce any other right to obligation of
indemnity which would otherwise exist as to any party or person
described in this Article.
5
(b) In any and all claims against the CITY or any of its agents or employees
by any employee of the Contractor, any subcontractor, anyone directly
or indirectly employed by any of them or anyone for whose acts any of
them may be liable, the indemnification obligations under this
Paragraph shall not be limited in any way by any limitation on the
amount or type of damages, compensation or benefits payable by or for
the Contractor or any subcontractor under workers' or workmen's
compensation acts, disability benefit acts or other employee benefit acts.
(c) The Contractor hereby acknowledges receipt of ten dollars and other
good and valuable consideration from the CITY for the indemnification
provided herein.
ARTICLE VIII—NOTICES
All notices shall be in writing and sent by United States mail, certified or registered, with
return receipt requested and postage prepaid, or by nationally recognized overnight courier
service to the address of the party set forth below. Any such notice shall be deemed given
when received by the party to whom it is intended.
CONTRACTOR: Allstate Paving, Inc.
5284 Patch Road
Orlando, FL 32822
Attn: Lendsey Phillips, President
CITY: City of Clermont
Attn: Darren Gray, City Manager
685 W. Montrose Street
Clermont, FL 34711
ARTICLE IX—MISCELLANEOUS
1. Attorneys' Fees. In the event a suit or action is instituted to enforce or interpret any
provision of this agreement, the prevailing party shall be entitled to recover such
sum as the Court may adjudge reasonable as attorneys' fees at trial or on any
appeal, in addition to all other sums provided by law.
2. Waiver. The waiver by city of breach of any provision of this agreement shall not
be construed or operate as a waiver of any subsequent breach of such provision or
of such provision itself and shall in no way affect the enforcement of any other
provisions of this agreement.
6
3. Severability. If any provision of this agreement or the application thereof to any
person or circumstance is to any extent invalid or unenforceable, such provision, or
part thereof, shall be deleted or modified in such a manner as to make the
agreement valid and enforceable under applicable law, the remainder of this
agreement and the application of such a provision to other persons or circumstances
shall be unaffected, and this agreement shall be valid and enforceable to the fullest
extent permitted by applicable law.
4. Amendment. Except for as otherwise provided herein, this agreement may not be
modified or amended except by an agreement in writing signed by both parties.
5. Entire Agreement. This agreement including the documents incorporated by
reference contains the entire understanding of the parties hereto and supersedes all
prior and contemporaneous agreements between the parties with respect to the
performance of services by contractor.
6. Assignment. This agreement is personal to the parties hereto and may not be
assigned by contractor, in whole or in part, without the prior wntten consent of city.
7. Venue. The parties agree that the sole and exclusive venue for any cause of action
arising out of this agreement shall be Lake County, Florida.
8. Applicable Law. This agreement and any amendments hereto are executed and
delivered in the State of Florida and shall be governed, interpreted, construed and
enforced in accordance with the laws of the State of Florida.
9. Public Records. Contractor expressly understands records associated with this
project are public records and agrees to comply with Florida's Public Records law,
to include, to:
(a) Keep and maintain public records that ordinarily and necessarily would be
required by the CITY in order to perform the services contemplated herein.
(b) 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 this Florida's Public Records law or as
otherwise provided by law.
(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 CONSULTANT upon
termination of the contract and destroy any duplicate public records that are
exempt or confidential and exempt from public records disclosure
7
requirements. All records stored electronically must be provided to the
CITY in a format that is compatible with the information technology
systems of the CITY.
ARTICLE X—CONTRACT DOCUMENTS
The Contract Documents, as listed below are herein made fully a part of this Contract as if
herein repeated.
Document Precedence:
1. Contract Agreement
2. All documents contained in RFB No.: 14-039 — 2014 Street Resurfacing Services,
including any all addenda or amendments thereto and CONTRACTOR's
September 11, 2014 response thereto.
3. Instruction to Bidders
4. Payment and Performance Bonds
,IN _,WITNESS WHEREOF, the parties hereto have executed this Agreement on
•;.'"'� ' this ��- day of b 2015.
, 4
54
' � Attest' City of C ermont
30, /
Tracyyd, City Cle . Gail L. As 'Ma or
•
Date: _iL► �j i / .��
„ _• ,e
•
'
il 47W4C.h� ,t r� p
ttest: Allstate' mg, Inc.
VAI 0,2
Corporate ecreta am/ Title 5-e •F i'H °,
1 ,,4115 • DateI ,N
8
EXHIBIT "A"
UNIT PRICE SCHEDULE
Klaco Description Price Pgg,alma
From Hooks Street To The Cresent—Priority 1
1 Sunset Lane $12,165.00
Mill-1-inch and add 1-inch of asphalt
From Fifth Street To Fourth Street—Priority 1
2 West Minneola Ave $19,831.00
Mill 1-inch and add 1-inch of asphalt
From West Beach To Division Street—Priority 1
3 Bike Trail Mill only at transition areas and add 1-inch $112,800.00
asphalt
4 Bowman Street From Hwy 50 To Almond Street —Priority 1 $10,160 00
Mill 1-inch and add 1-inch of asphalt
From 3b Street To East Avenue—Priority 1
5 Orange Avenue $26,530.00
Mill 1-inch and add 1-inch of asphalt
From East Juniata To East Desoto Avenue—
6 Scott Street Priority 1 $11,142.00
Mill 1-inch and add 1-inch asphalt
From Lakeshore Drive to Cul-de-sac
7 Settle Street Priority 1 $17,108.00
Mill 1-inch and add 1-inch of asphalt
From West Magnolia To West Minnehaha
8 3'd Street Avenue—Priority 1 $5,669.50
Mill 1-inch and add 1-inch of asphalt
From West Montrose Street To West Minneola
9 11th Street Avenue—Priority 1 $8,448.00
Mill 1-inch and add 1-inch of asphalt
From Lakeshore Drive To 100 feet west of
10 Brogden Street Cluster Oaks Drive—Priority 1 $28,700.00
Mill 1-inch and add 1-inch of asphalt
From Shady Nook Street To Disston Avenue—
11 East Minneola Street Priority 2 $9,069.50
Mill 1-inch and add 1-inch of asphalt
From Anderson Street To Cul-de-sac—Priority
12 Sheldon Place 2 $7,803.00
Mill 1-inch and add 1-inch of asphalt
Base(:} - $269,426.00
9
SECTION—C
REVISED PRICE SCHEDULE
ADD Alternate No. 1: Bike Trail Stnping (ADD)$ 2 5,C;)n"
Contractor's Days to Substantial Completion. 4 a Calendar Days.
Not to Exceed: Forty-Five (45) Calendar Days from Issuance of Purchase Order or
Notice To Proceed.
•
Final Completion Shall Be Fifteen(15)Calendar Days Thereafter.
By signing below, the respondent agrees to all terms, conditions, and specifications as stated in this
solicitation, and Is acting In an authorized capacity to execute this response. The respondent also
certifies that It can and will provide and make available, at a minimum, the Items set forth in this
solicitation
obi
•i• -` ' '.c. .�
r,, • :'. ..iRespandent information and Signature
Company Name(print):
1;(- . : ':•ng, no.
Street Address: .
Maling Address(if different): ►a Orlando. Florida 32822 .'
Telephone: 4 u1 FwwcV.3"1.• 1 ?.#7.-1 t 1'6'
Emelt '^j 4014 Q,i'1/ epa./� ,6v'Pl ymentTerms• ays,net
FEIN' 541 - n-12 OS 6e2 o rofesslonal.License No.: CQ L C75 Oet1
Signature MOW
Date .2,4- I C
.y
Print Name. - Title. ►�� 11 1 'V
Does the respondent accept payment using the City's MASTERCARD? 0 Yea 942
END OF SECTION—C
RFB No:15-035
Page 18 of 42
•
RFB 15-035,Addenda 1
2015 Street Resurfacing Services
FREDDY L SUAREZ
Purchasing Director
C
! ER ONhI
Purchasing Department
L` 352-241-7350
Choice of Champions' fsuarez@clermontfl.org
ADDENDA 1 —JULY 14,2015
RFB 15-035—2015 STREET RESURFACING SERVICES
To all prospective respondents,please note the following changes:
Change to Section B, Statement of Work. Page 11 of 42.
CRACK SEAL —All cracks that are W or greater In width shall be cleaned free of loose and foreign
materials and sealed with Crafco PoFlex Type 3,product#34521 or equivalent. See Section C for a list
of streets. The method of payment for crack sealing shall be based on a price per gallon linear foot. The
total price shall be all Inclusive to traffic control,cleaning,crack sealant,and any other Incidentals required
to provide the City of Clermont final product that will meet the specifications as described. Successful
respondent shall provide the Project Manager with tickets daily showing the amount of gallons Jinear foot
used.
Add to Section A,Response Procedures.
24—APPROVED EQUAL
When the technical specifications call for a brand name, manufacturer, make, model, or vendor catalog
number, it shall be for the purpose of establishing a level of quality and features desired and acceptable
to the City. The respondent may offer any brand which meets or exceeds the specifications for any Item(s).
In such cases,the City will be receptive to any unit that would be considered by a qualified City personnel
as an approved equal. In that, the specified make and model represent a level of quality and features
desired by the City. The respondent must state clearly in the response any variance from those
specifications. It is the responsibility of the respondent to provide adequate information,In the response,
to enable the City to ensure that the response meets the required criteria. If adequate Information is not
submitted with the response, it may be rejected. The City will be the sole judge in determining if the item
qualifies as an approved equal.
685 W Montrose Street • Clermont,FL 34711 • www.ClermontFLgov
RFB 15-035,Addenda 1
2015 Street Resurfacing Services
Addition to Section C.Price Schedule,Pane 18 of 42.
Crack Seal Price Per Linear Foot(Crafco PolyFlex): $
Crack Seal Price Per Linear Foot(Alternate Approved Product): $ �� 5
Alternate Product Description: c2I-'1-1,
END OF ADDENDA 1
This addenda must be acknowledge and may be returned with your solicitation. All other terms,conditions
and spec cations remain unchanged for RFB 15-035.
Allstate Paving, Inc. "� �.r70r 19
Name of company ' • Date
'e lorida 32822
Signature r
Title
TypedlPrintea Name
685 W.Montrose Street • Clermont,FL 34711 • www.ClermontFL.gov
RFB 15-035,Addenda 1
2015 Street Resurfacing Services
6FREDDY L.SUAREZ
I Purchasing Director
CLER) oAvTPurchasing Department
I 352-241-7350
ce of Champions' fsuarez@dermontfl.org
ADDENDA 2—JULY 17, 2015
RFB 15-035—2015 STREET RESURFACING SERVICES
To all prospective respondents,please note the following changes:
Addition to Section B,Statement of Work,as an additive alternate price.
BIKE TRAIL STRIPING DETAILS:
• Paint two 4"yellow stripes eight feet apart, three feet from both edges of the bike trail for a
length of 7,600 feet.
• Directional arrows and bike,lane markings will be installed per DOT Index No.17348
• Paint Type:E1952 TYPE II Road Paint
Overall,the average width of the bike trail is 14 feet. The Idea is to install two stripes the total length
of the trail to separate the bike traffic from the foot traffic. Two 3'foot travel lanes and one 8'bike lane
for a total of three lanes. The 8'bike lane will be multidirectional and the foot travel lanes will be one
direction only.
See attached Revised Price Schedule.
Response Due Date has changed from July-2816 to July 30,2015 at 2:00 P.M.
Deadline for Written Questions has changed from July-1 Bab to July 23,2015 at 3:00 P.M.
END OF ADDENDA 2
This addenda must be acknowledge and may be returned with your solicitation. All other terms,conditions
and specflcatipns remain unchanged for RFB 15-035.
Allstate Paving, Inc. • 1 e`3 = 1
Name of company 6284 Patch Road Date
Orlon- •, Florida 32822 rt`,\ -%._,
sit.
signature Title
wr4\144.--)
Typed/Printed Name
685 W.Montrose Street '' Clermont,FL 34711 • www.CiennontFL.gov
% FREDDY L.SUAREZ
Purchasing Director
CLER ' )N1
Purchasing Department
352-241-7350
ofChampion�s - fsuarez©clermontfl.org
ADDENDA 3—JULY 23,2015
RFB 15-035—2015 STREET RESURFACING SERVICES
To all prospective respondents,please note the following Q&A from BidSvnc:
See next page.
END OF ADDENDA 3
This addenda must be acknowledge and may be returned with your solicitation. All other terms,conditions
and specifications remain unchdnged for RFB 15-035.
Allstate Paving, Inc. ►I
A984 Patch Road
N611B of Campa Orlando, Florida 32822 Date
Signature Title
1 -�
Typed/Printed Name •
685 W Montrose Street • Clermont, FL 34711 www.ClermontFL.gov