Loading...
2015-70 CONCRETE AND MASONRY SERVICES AGREEMENT THIS AGREEMENT, made and entered into this pZLp day of 2015, A.D., by and between the City of Clermont 685 West Montrose Street, ont, Florida (hereinafter referred to as "CITY"), and MOTT CONCRETE, INC., 3745 Rogers Industrial Park Road, Okahumpka, Florida 34762 (hereinafter referred to as "CONTRACTOR"). WHEREAS, CONTRACTOR has through the public procurement process entered into an agreement with the City of Leesburg, Florida to furnish and provide concrete and masonry services; WHEREAS, based on CONTRACTOR's response, City of Leesburg awarded a contract to CONTRACTOR under the terms of Invitation to Bid 140031; WHEREAS, CITY desires to utilize the CONTRACTOR's approved bid with City of Leesburg in accordance with CITY's procurement policy; and WHEREAS, CONTRACTOR desires to enter into a contract with CITY based on the terms and conditions of City of Leesburg contract 9331. WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: ARTICLE I - SCOPE OF WORK The CONTRACTOR shall furnish and provide concrete and masonry services as described in the City of Leesburg contract 9331 which is attached hereto and incorporated herein as Exhibit "A" and shall do everything required by this Agreement and the other Agreement Documents contained in the specifications, which are a part of these Documents. Provided, however, that nothing herein shall require CITY to purchase or acquire any items or services from CONTRACTOR. To the extent of a conflict between this Agreement and Exhibit "A", the terms and conditions of this Agreement shall prevail and govern. ARTICLE II -THE CONTRACT SUM CITY shall pay CONTRACTOR, for the faithful performance of the Agreement as set forth in the Agreement documents and the Unit Price Schedule an amount in accordance with the compensation schedule set forth in Exhibit"B", attached hereto and incorporated herein. ARTICLE III—TERM AND TERMINATION 1. This Agreement is to become effective upon execution by both parties, and shall remain in effect until September 30, 2016, unless renewed or terminated 1 as provided for the City of Leesburg contractual agreement. 2. Notwithstanding any other provision of this Agreement, CITY may, upon wntten notice to CONTRACTOR, terminate this Agreement if: a) without cause and for convenience upon thirty (30) days wntten notice to CONTRACTOR b) CONTRACTOR is adjudged to be bankrupt; c) CONTRACTOR makes a general assignment for the benefit of its creditors; d) CONTRACTOR fails to comply with any of the conditions of provisions of this Agreement; or e) CONTRACTOR is experiencing a labor dispute, which threatens to have a substantial, adverse impact upon performance of this Agreement, without prejudice to any other right or remedy CITY may have under this Agreement. In the event of such termination, CITY shall be liable only for the payment of all unpaid charges, determined in accordance with the provisions of this Agreement, for work, properly performed and accepted prior to the effective date of termination. ARTICLE IV- COMMENCEMENT AND COMPLETION OF WORK The CONTRACTOR shall provide all items in the timeframe as set forth in the applicable purchase order. ARTICLE V - PAYMENTS In accordance with the provisions fully set forth in the General Conditions, CONTRACTOR shall submit a payment request by the third (3rd) day of each calendar month for items provided during the preceding calendar month. CITY shall make payment to the CONTRACTOR, within thirty (30) calendar days, on the basis of a duly certified and approved-payment invoice by the CITY for items provided and accepted by the CITY. 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 Clermont, Lake County, Florida, unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement agreements in any court having jurisdiction thereof. 2 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 Flonda Worker's Compensation Law. In case any class of employees engaged in hazardous work under this Agreement 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 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. 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, 3 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. (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 anyof them maybe liable, the Y 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: Mott Concrete, Inc. 3745 Rogers Industrial Park Road Okahumpka, FL 34762 Larry Mott, 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 4 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. 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 written 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. 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 5 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 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 - AGREEMENT DOCUMENTS The Agreement Documents, as listed below are herein made fully a part of this Agreement as if herein repeated. Document Precedence: 1. This Agreement 2. Notice to Proceed or Purchase Order 3. CITY's Purchasing Policy 4. All documents contained in City of Leesburg contract no. 9331. IN WITNIrSS WHEREOF, the parties hereto have executed this Agreement on this day of .N t afj) 1 2015. City of C a ont Gail L. Ash, Mayo Attest: Tracy Ackroyd, City Clerk 6 Mott Concrete, Inc. -;1 7/(4, By: 11 ; Printord and Title Attest: Corporate Secretary (Name Printed or Typed) 7 EXHIBIT A FIXED UNIT PRICE AGREEMENT FOR CONTRACTOR SERVICES THIS AGREEMENT is made as of the 13th day of January in the year 2014, between The City of Leesburg, a Florida Municipal Corporation, whose address is 501 West Meadow Street, Post Office Box 490630, Leesburg, Florida 34749-0630 (hereinafter referred to as the "CITY"), and MOTT CONCRETE, INC. whose address is 3745 Rogers Industrial Park Road,Okahumpka,Florida 34762 (hereinafter referred to as the"CONTRACTOR"). NOW, THEREFORE, in consideration of the mutual benefits accruing to the parties to this Agreement, and for other good and valuable considerations,the parties agree as follows: 1. Services. The CONTRACTOR shall furnish Concrete and Masonry Services to the CITY as listed in Invitation to Bid 140031 and as described in ATTACHMENT "A". The unit costs of the services shall not exceed those stated in ATTACHMENT"B"except where the cost adjustment clause has been exercised following the Firm Fixed Price Period. Nothing herein shall limit the CITY'S right to obtain proposals or services from other contractors for same or similar work. 2. Labor and Materials. The CONTRACTOR shall furnish all labor, material and equipment necessary for satisfactory contract performance. When not specifically identified in the technical specifications, such materials and equipment shall be of a suitable type and grade for the purpose. All material, workmanship, and equipment shall be subject to the inspection and approval of the CITY's representative. 3. Payment. All invoices shall contain the purchase order number,date and location of services provided quantity of services, CITY pay item number, item description and confirmation of acceptance of the services by the appropriate City representative. Failure to submit invoices in the prescribed manner will delay payment. Payments shall be tendered in accordance with the Florida Prompt Payment Act, Part VII,Chapter 218, Florida Statutes. 4. Term of Agreement. The initial term of the Agreement will be through September 30,2016. a. Option to Renew. The CITY may renew the Agreement for an additional term or terms not to exceed a total of three (3) additional years, if mutually agreed upon by the CONTRACTOR and the CITY. 5. Termination. Notwithstanding any other provision of this Agreement, CITY may, upon fifteen (15) days written notice to CONTRACTOR, terminate this Agreement with or without cause. In the event of such termination, CITY shall be liable only for the payment of all unpaid charges, determined in accordance with the provisions of this Agreement, for work, properly performed prior to the effective date of termination. 6. Firm Fixed Price Period—All Pricing will be firm and fixed through September 30, 2014. Following the firm fixed price period the CONTRACTOR may request a price adjustment as provided for in the Cost Adjustments section. Page 1 a. Price Adjustments — Any price adjustment(s) shall be made by a written amendment to this Agreement. Approval will be made by the Leesburg City Commission as the approving body of this original Agreement. 7. Cost Adjustment — Pricing adjustments following the firm fixed price period must be requested in writing by the Contractor. Any price adjustments will be firm fixed through the following September 30th. Unit price adjustments may be requested by the City or Contractor following the initial and subsequent firm fixed price periods. Any unit price adjustments, increase or decrease, must be justified using the State of Florida Department of Transportation Fuel &Bituminous Price Index as published by the State Construction Office as the basis for the request. Use of any other commodity indexes for price adjustments shall not be permitted. Only those bid items affected by `commodity' pricing will be considered for an increase. All requests for price adjustments by the Contractor must be submitted in writing to the City of Leesburg Purchasing Manager. The vendor will be notified in writing if he price increase has been approved. No billings,may reflect a requested price increase unless the requested increase was approved. Any price adjustments requested by the City shall be submitted to the contact person stated in the Agreement. Contractor shall respond with 7 business days. The CONTRACTOR is responsible for submitting any request for price increase. Any requested cost increase shall be fully documented and submitted to the CITY at least sixty (60) days prior to the end of any fiscal year,currently September 30th of each year. Should the CONTRACTOR not request a price increase prior to the sixty (60) day period the prices in effect at that time will remain in effect for the next twelve (12) month period of the Agreement. Any approved cost adjustment shall become effective October 1st. In the event the CPI or industry costs decline,the CITY shall-have the right to receive, from the CONTRACTOR, a reasonable reduction in costs that reflect such cost changes in the industry. The CITY may, after examination, refuse to accept the adjusted costs if they are not properly documented, increases are considered to be excessive, or decreases are considered to be-insufficient. In the event the CITY does not wish to accept the adjusted costs and the matter cannot be resolved to the satisfaction of the CITY, the Agreement can be cancelled by the CITY upon giving thirty(30)days written notice to the CONTRACTOR. 8. Insurance. The CONTRACTOR will maintain throughout this Agreement the following insurance: SEE EXHIBIT"A". a. The original of each such policy of insurance, or a complete duplicate, shall be delivered to the CITY by CONTRACTOR prior to starting work, together with evidence that the premiums have been paid. b. All required insurance shall be provided by insurers acceptable to the CITY with an A.M. Best rating of at least"A." c. The CONTRACTOR shall require,and shall be responsible for assuring that any and all of its subcontractors secure and maintain such insurance that are required by law to be provided on behalf of their employees and others until the completion of that subcontractors work. Page 2 d. The required insurance shall be secured and maintained for not less than the limits required by the CITY, or as required by law,whichever is greater. e. The required insurance shall not limit the liability of the CONTRACTOR. The CITY does not represent these coverages or amounts to be adequate or sufficient to protect the CONTRACTOR'S interests or liabilities, but are merely required minimums. f. All liability insurance, except professional liability, shall be written on an occurrence basis. g. The CONTRACTOR waives its right of recovery against the CITY to the extent permitted by its insurance policies. h. Insurance required of the CONTRACTOR, or any other insurance of the CONTRACTOR shall be considered primary, and insurance of the CITY, if any, shall be considered excess as applicable to any claims, which arise out of the agreement,contract or lease. i. Except for works' compensation and professional liability, the CONTRACTOR'S insurance policies shall be endorsed to name the CITY OF LEESBURG as additional insured to the extent of the agreement,contract or lease. j. The Certificate(s) of Insurance shall designate the CITY as certificate holder as follows: City of Leesburg Attention: Mike Thornton,Purchasing Manager P.O.Box 490630 Leesburg,Florida 34749-0630 k. The Certificate(s) of Insurance shall include a reference to the project and/or purchase order number. 1. The Certificates) of Insurance shall indicate that the CITY shall be notified at least thirty(30)days in advance of cancellation. m. The Certificate(s) of Insurance shall include all deductibles and/or self- insurance retentions for each line of insurance coverage. n. The CONTRACTOR, at the discretion of the Risk Manager for the CITY, shall provide information regarding the amount of claims payments or reserves chargeable to the aggregate amount of the CONTRACTOR'S liability coverage(s). 9. Indemnification. The CONTRACTOR agrees to make payment of all proper charges for labor required in the aforementioned work and CONTRACTOR shall indemnify CITY and hold it harmless from and against any loss or damage, claim or cause of action, and any attorneys' fees and court costs,arising out of: any unpaid bills for labor, services or materials furnished to this project;any failure of performance of CONTRACTOR under this Agreement; or the negligence of the CONTRACTOR in the performance of its duties under this Agreement, or any act or omission on the part of the CONTRACTOR, his agents, employees, or servants. CONTRACTOR shall defend, indemnify, and save harmless the CITY or any of their officers, agents, or servants and each and every one of them against and from all claims, suits, and costs of every kind and description, including attorney's fees, and from all damages to which the CITY or any of their officers,agents,or servants may be put by reason of injury to the persons or Page 3 property of others resulting from the performance of CONTRACTOR'S duties under this Agreement, or through the negligence of the CONTRACTOR in the performance of its duties under this Agreement, or through any act or omission on the part of the CONTRACTOR, his agents,employees,or servants. If however, this Agreement is a "construction contract" as defined in and encompassed by the provision of Florida Statutes § 725.06, then the following shall apply in place of the aforementioned-indemnification provision: The CONTRACTOR shall indemnify the CITY and hold it, its officers, and its employees harmless from liabilities, losses, and costs, including, but not limited to, reasonable attorney's fees to the extent caused by the negligence, recklessness, or intentional wrongful conduct of the CONTRACTOR and persons employed or utilized by the CONTRACTOR in the performance of this Agreement. The liability of the CONTRACTOR shall, however, be limited to one million and 00/100 dollars,($1,000,000.00) per occurrence, and the obligation of the CONTRACTOR to indemnify the CITY shall be limited to acts, omissions, or defaults of the CONTRACTOR;any,contractors, subcontractors, sub-subcontractors,material men, or agents or employees of any of them, providing labor, services or materials in connection with the project; and the CITY, its officers; agents and employees, provided however that the CONTRACTOR shall not be obligated to indemnify the CITY against losses arising from the gross negligence, or willful, wanton, or intentional misconduct of the CITY, its officers, agents and employees, or against statutory violations or punitive damages except to the extent caused by or resulting from the acts or omissions of the CONTRACTOR, or any contractors, subcontractors, sub- subcontractors, material men, or agents or employees of any of them, providing labor, services, or materials in connection with this Agreement. 10. Codes, Laws, and Regulations. CONTRACTOR will comply with all applicable codes, laws, regulations, standards, and ordinances in force during the term of this Agreement. 11. Permits, Licenses, and Fees. CONTRACTOR will obtain and pay for all permits and licenses required by law that are associated with the CONTRACTOR'S performance of the Scope of Services. All permits and licenses required by law or requirements of the Invitation to Bid will remain in force for the full duration of this Agreement and any extensions. 12. Nonappropriation. The CONTRACTOR understands and agrees that this Agreement is subject to the availability of funds to the CITY to purchase the specified products/services. As used herein, a "nonappropriation" shall be defined as an occurrence wherein the CITY, in any fiscal period, does not allocate funds in its budget for the purchase of the specified products/services or other amounts owed pursuant to this Agreement, from the source of funding which the CITY anticipates using to pay its obligations hereunder, and the CITY has no other funds, from sources other than ad valorem taxes, which it deems to be available to pay its obligations under this Agreement. The CITY may terminate this Agreement, with no further liability to the CONTRACTOR, effective the first day of a fiscal period provided that (a) a nonappropriation has occurred, and (b) the CITY has provided the CONTRACTOR with written notice of termination due to nonappropriation of funds. Page 4 Upon the occurrence of such nonappropriation the CITY shall not be obligated for payment for any fiscal period for which funds have not been appropriated. 13. Access to Records. The services provided under this Agreement may be funded in part by a grant from a government agency other than the CITY. As a requirement of grant funding CONTRACTOR shall make records related to this project available for examination to any local, state or federal government-agency, or department, during CONTRACTOR'S normal business hours. Said records will be maintained for a period of five(5)years after the date of the invoice. 14. Contingent Fees Prohibited. The CONTRACTOR warrants that he or she has not employed or retained any company or person, other than a bona fide employee working solely for the CONTRACTOR,to solicit or secure this Agreement and that he or she has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for the CONTRACTOR any fee, commission,percentage, gift, or other consideration contingent upon or resulting from the award or'making of this Agreement. In the event of a breach of this provision, the CITY shall have the right to terminate this Agreement without further liability and at its discretion,deduct from the contract price,or otherwise recover, the full amount of any such fee, commission, percentage, gift or consideration paid in breach of this Agreement. 15. Acceptance of Goods or Services. The goods delivered as a result of an award from this solicitation shall remain the property of the CONTRACTOR, and services rendered under the Agreement will not be deemed complete, until a physical inspection and actual usage of the product(s)and/or service(s) is(are)accepted by the CITY and shall be in compliance with the terms herein,fully in accord with the specifications and of the highest quality. Any goods and/or services purchased as a result of this solicitation and/or Agreement may be tested and/or inspected for compliance with specifications. In the event that any aspect of the goods or services provided is found to be defective or does not conform to the specifications, the CITY reserves the right to terminate the solicitation or initiate corrective action on the part of the CONTRACTOR, to include return of any non-compliant goods to the CONTRACTOR at the CONTRACTOR's expense, requiring the CONTRACTOR to either provide a direct replacement for the item, or a full credit for the returned item. The CONTRACTOR shall not assess any additional charge(s) for any conforming action taken by the CITY under this clause. The CITY will not be responsible to pay for any product or service that does not conform to the contract specifications. In addition, any defective product or service or any product or service not delivered or performed by the date specified in the purchase order or contract,may be procured by the CITY on the open market, and any increase in cost may be charged against the awarded contractor. Any cost incurred by the CITY in any re-procurement plus any increased product or service cost shall be withheld from any monies owed to the CONTRACTOR by the CITY for any contract or financial obligation. This project will be inspected by an authorized representative of the CITY. This inspection shall be performed to determine acceptance of work,appropriate invoicing,and warranty conditions. Page 5 16. Ownership of Documents. All data, specifications, calculations, estimates, plans, drawings, construction documents, photographs, summaries, reports, memoranda, and other documents, instruments, information and material prepared or accumulated by the CONTRACTOR (or by such sub-consultants and specialty consultants) in rendering services hereunder shall be the sole property of the CITY who may have access to the reproducible copies at no additional cost other than printing. Provided, that the CONTRACTOR shall in no way be liable or legally responsible to anyone for the CITY'S use of any such materials for another PROJECT,or following termination. All original documents shall be permanently kept on file at the office of the CONTRACTOR. 17. Independent Contractor. The CONTRACTOR agrees that he or she is an independent contractor and not an agent,joint venture, or employee of the CITY, and nothing in this Agreement shall be construed to be inconsistent with this relationship or status. None of the benefits provided by the CITY to its employees, including but not limited to, workers' compensation insurance, unemployment insurance, or retirement benefits, are available from the CITY to the CONTRACTOR. CONTRACTOR will be responsible for paying his own Federal income tax and self-employment tax, or any other taxes applicable to the compensation paid under this Agreement. The CONTRACTOR shall be solely and primarily responsible for his and her acts during the performance of this Agreement. 18. Assignment. Neither party shall have the power to assign any of the duties or rights or any claim arising out of or related to the Agreement, whether arising in tort,contract, or otherwise, without the written consent of the other party. These conditions and the entire Agreement are binding on the heirs,successors,and assigns of the parties hereto. 19. No Third Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the CONTRACTOR and the CITY. 20. Jurisdiction. The laws of the State of Florida shall govern the validity of this Agreement, its interpretation and performance, and any other claims related to it. In the event of any litigation arising under or construing this Agreement, venue shall lie only in Lake County, Florida. 21. Contact Person. The primary contact person under this Agreement for the CONTRACTOR shall be LARRY MOTT. The primary contact person under this Agreement for the CITY shall be JIMMY FEAGLE. 22. Approval of Personnel. The CITY reserves the right to approve the contact person and the persons actually performing the services on behalf of CONTRACTOR pursuant to this Agreement. If CITY, in its sole discretion, is dissatisfied with the contact person or the person or persons actually performing the services on behalf of CONTRACTOR pursuant to this Agreement, CITY may require CONTRACTOR assign a different person or persons be designated to be the contact person or to perform the CONTRACTOR services hereunder. Page 6 23. Disclosure of Conflict. The CONTRACTOR has an obligation to disclose to the CITY any, situation that, while acting pursuant to this Agreement, would create a potential conflict of interest between the CONTRACTOR and his duties under this Agreement. 24. Warranty. The CONTRACTOR agrees that, unless expressly stated otherwise in the bid or proposal, the product and/or service furnished as a result of an award from this solicitation shall be covered by the most favorable commercial warranty the CONTRACTOR gives to any customer for comparable quantities of products and/or services and the rights and remedies provided herein are in addition to said warranty and do not limit any right afforded to the CITY by any other provision of this solicitation. The CONTRACTOR hereby acknowledges and agrees that all materials, except where recycled content is specifically requested, supplied by the CONTRACTOR in conjunction with this Agreement shall be new,warranted for their merchantability, and fit for a particular purpose. 25. Risk of Loss. The CONTRACTOR assumes the risk of loss of damage to the CITY's property during possession of such property by the CONTRACTOR, and until delivery to, and acceptance of,that property to the CITY. The CONTRACTOR shall immediately repair, replace or make good on the loss or damage without cost to the CITY, whether the loss or damage results from acts or omissions(negligent or not) of the CONTRACTOR or a third party. The CONTRACTOR shall indemnify and hold the CITY harmless from any and all claims, liability, losses and causes of action which may arise out of the fulfillment of this Agreement. The CONTRACTOR shall pay all claims and losses of any nature whatsoever in connection therewith, and shall defend all suits, in the name of the CITY when applicable, and shall pay all costs and-judgments which may issue thereon. 26. Illegal Alien Labor - CONTRACTOR shall comply with all provisions of the Federal Immigration and Control Act of 1986 (8 U.S. Code § 1324 a)and any successor federal laws, as well as all provisions of Section 448.09, Florida Statutes, prohibiting the hiring and continued employment of aliens not authorized to work in the United States. CONTRACTOR shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into an Agreement with a subcontractor that fails to certify to the CONTRACTOR that the subcontractor is in compliance with the terms stated within. The CONTRACTOR nor any subcontractor employed by him shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. CONTRACTOR agrees that it shall confirm, the employment eligibility of all employees through participation in E-Verify or an employment eligibility program approved by the Social Security Administration and will require same requirement to confirm employment eligibility of all subcontractors. All cost incurred to initiate and sustain the aforementioned programs shall be the responsibility of the CONTRACTOR. Failure to meet this requirement may result in termination of the Agreement by the CITY. 27. Counterparts. Original signatures transmitted and received via facsimile or other electronic transmission of a scanned document, (e.g., PDF or similar format) are true and valid signatures for all purposes hereunder and shall bind the parties to the same extent as that of Page 7 an original signature. Any such facsimile or electronic mail transmission shall constitute the final agreement of the parties and conclusive proof of such agreement. Any such electronic counterpart shall be of sufficient quality to be legible either electronically or when printed as hardcopy. The CITY shall determine legibility and acceptability for public record purposes. This Agreement may be executed in one or more counterparts, each of which shall for all purposes be deemed to be an original and all of which shall constitute the same instrument. 28. Authority to Obligate. Each person signing this agreement on behalf of either party individually warrants that he or she has full legal power to execute this Agreement on behalf of the party for whom he or she is signing, and bind and obligate such party with respect to all provisions contained in this agreement. [Signature page follows.] Page 8 IN WITNESS WHEREOF,the parties hereto have executed this Agreement on the date indicated in the preamble to the Agreement. THE CITY OF LEESBURG,FLORIDA 4p, By: v, ohn ohn hrist'i, e'�� ATTEST: Ci Clerk Approved as to form: .:247)1(4%Q City Attorney MOTT CONCRETE,INC. By: tLX s Printed: �f 0147P- Its: (Title) Page 9 ATTACHMENT"A" SCOPE OF SERVICES I. Scone of Services. The CONTRACTOR shall provide all labor,materials,supervision and equipment necessary for manhole rehabilitation services. II. Technical Soecificatloas, Technical specifications for this project are comprised of the section titled`Technical Specifications' contained in the Invitation to Bid 140031. III. General Conditions. The General Terms and Conditions from Invitation to Bid 140031 are incorporated by reference and made a part hereof. IV. Special Conditions. The Special Conditions from Invitation to Bid 140031 are incorporated by reference and made a part hereof. V. Insurance and Indemnity Requirements. The Insurance and Indemnity Requirements from Invitation to Bid 140031 are incorporated by reference and made a part hereof. VI. Addenda. None. VII. Bid Submittal. The original November 25,2013 bid submittal from the vendor is incorporated by reference and made a part hereof. A. Unit prices submitted by the vendor are attached as ATTACHMENT"B"and are incorporated by reference and made a part hereof. [Rest of page intentionally left blank] Page 10 • ATTACHMENT "B" • 140031 -CONCRETE SIDEWALK,CURB&GUTTER SCHEDULE OF BID ITEMS Your Bid MUST$submitted on this form Double check the Bid prices. Amounts cannot be changed following the Bid due date and time. Submitting Vendor Name: Ak5rr &AI Cap-TahilG 0,...Y', •'�-4',1�,T i�iii,'ri • ATTACHMENT "B" 140031 —CONCRETE SIDEWALK,CURB&GUTTER SCHEDULE OF BID ITEMS(continued) . ' aI_'M' .� F.i !V„t 71 •'.,.; ., a , 1 "7" l ' .:= YJ ,,i'A A .r .: =�J..."40 'M'K " (. ' �I. I ��a '. t ]+c. d„Yrt ^ • JY i33+ 1i •,' Drug, =•Sel'itc•• y. s. tr... Mr-r.ral, 'r."... .. nal C.: °..� ,� n.... r. .. 'k :1.1;111: NO DRIVEWAY OR TRAFFIC BEARING SURFACES Rough grade,remove and haul off debris,install fine grade 4-inch thick concrete sidewalk,3,000 psi with chopped fiber mesh,backfill and dress site,provide all supervision,and mobilization. Greater than 800 Square Feet 3,000 SF _3. as 2.1 400 Square Feet to 800 Square Feet 2,000 SF 3.if 5 250 Square Feet to 400 Square Feet 2,000 SF 5.4s" Less than 250 Square Feet 1,000 SF tis WITH DRIVEWAY OR TRAFFIC BEARING SURFACE Rough grade,remove and haul off debris,install fine grade 6-inch concrete sidewalk,3,000 psi with chopped fiber mesh,backfill and dress site,provide all supervision,and mobilization. Greater than 800 Square Feet 3,000 SF t/ B 5 2.2 Z 400 Square Feet to 800 Square Feet 2,000 SF 4. SS 250 Square Feet to 400 Square Feet 2,000 SF 111 s5 Less than 250 Square Feet 1,000 SF i!_,S 5 23 Small Job Mobilization- mobilization costs applicable to 1 000 Lump `T small jobs of less than 250 Square Feet Sum .:30 Co [Schedule of bid items continues next page.) Page 12 ATTACHMENT "B" 140031 —CONCRETE SIDEWALK,CURB&GUTTER SCHEDULE OF BID ITEMS(continued) 3.1 Curb removal/disposal 1,000 LF 1.O b 3.2 I Curb installation only FDOT Type A 1,000 LF 9 (LT 3.3 Curb installation only FDOT Type B 1,000 LF $ q 3.4 Curb installation only FDOT Type D 1,000 LF q S 3.5 Curb installation only FDOT Type E 1,000 LF Q WS 3 6 Curb installation only FDOT Type F 1,000 LF j [ , y �� 3.7 Curb installation only FDOT Type RA 1,000 LF ,o.qs 3.8 Gutter installation only FDOT Type Valley Gutter 1,000 LF /5.9S 3.9 Gutter installation only FDOT Type Shoulder Gutter 1,000 LF j 3. 75 3.10 Curb installation only FDOT Type Asphaltic Concrete 1,000 LF Curb St.6 S 3.11 Curb installation only FDOT Type Drop Curb 1,000 I.F $ LIS" 3 12 Concrete Bumper Guard replacement 50 EA 5c /GA 3.13 Sod strip- 1 piece wide-Adjacent sidewalk- Both sides 5,000 LF tia 150 FT 3.14 Sod strip- 1 piece wide-Adjacent sidewalk-One side 2,500 LF lia) .i 3.15 Sod strip- 1 piece wide-Behind curb 2,500 LF 142).Sq 3.16 Handicap Ramp- Additional Labor-Concrete-Single 20 EA 3a S.00 3.17 Handicap Ramp-Additional Labor-Concrete-Double 20 EA 3 7 5.v U 3.19 ADA Surface treatment-Plastic matting 20 SF j 35.oU 3 20 MOT Expenses (flagman, cones,etc.) 50 HR 400. 00 for cost DepartmentCO ! 321 1 of Ctywill reimburse contractor oractul cost of permits. [End Schedule of Bid Items.] Page 13