Loading...
HomeMy WebLinkAbout1998 10 12 Consent Item D COMMISSION AGENDA ITEM D CONSENT X INFORMATIONAL PUBLIC HEARING REGULAR October 12, 1998 Meeting J!Y REQUEST: Utility Department Requesting Authorization to Enter into a Contractual Agreement for the Reclaimed Water Interconnection PURPOSE: The purpose of this Board item is to request authorization to enter into a contractual agreement with Gamey Companies, Inc. for installation of a reclaimed water interconnection between the East and West systems at a cost of$73,248.00 plus a 10% contingency. CONSIDERATIONS: This project is needed to connect the East and West reclaimed water distribution systems. It will provide a more diversified capability to meet the demands for reclaimed water throughout the City by having the systems storage and pumping systems linked. It will also allow for a more effective use of all the effluent disposal sites when reclaimed water is in surplus. Bids for this project were opened on August 26, 1998 under Bid # 98-020. The low bidder was Gamey Companies, Inc. with a bid $73,248.00. The project scope of work includes installation of approximately 1,200 feet of 8" PVC and 800 feet of 12" PVC pipe in the FP&L easement and Oak Forest sprayfields. October 12, 1998 Consent Agenda Item D Page 2 FUNDING: The bid of$73,248.00 was b~low the $125,000 budgeted for this project in the Utility Capital Improvement line code (3600-56310). Funds will be expended within 120 days. RECOMMENDATION: It is recommended that authorization be granted to enter into a contractual agreement with Gamey Companies, Inc. for the installation of a reclaimed water interconnect as described in Bid #98-020 at a cost of $73,248.00 plus a 10% contingency payable from the Utility Capital Improvements line code #3600-56310. IMPLEMENTATION SCHEDULE: The scope of work will be completed within 60 days of issuance ofthe Notice To Proceed. Construction is tentatively planned to begin mid-November. ATTACHMENTS: 1. City Clerk Summary - Bid #98-020 2. Proposal and Agreement 3. CPH Recommendation Letter COMMISSION ACTION: A TT ACHMENT NO. 1 CITY OF WINTER SPRINGS, FLORIDA 1126 EAST STATE ROAD 434 WINTER SPRINGS, FLORIDA 32708-2799 Telephone (407) 327.1800 WINTER SPRINGS RECLAIMED WATER INTERCONNECT BID NUMBER: 98-020 BID OPENING DATE: August 26,1998 The Bid opening was called by: Nancy Vobornik, Administrative Secretary Purchasing Bid Opened: Bid Closed: 4:00 p.m. 4:05 p.m. Present as witnesses: Mr. Doug Taylor, Utility Superintendent Mr. Terry Zaudtke, Consulting Engineer Eight (8) Bids Received: 1. SUNSHINE BUILDING & DEVELOPMENT CORPORA nON 291 ANCHOR ROAD, CASSELBERRY, FLORIDA 32707 POST OFFICE BOX 180958, CASSELBERRY, FLORIDA 32718-0958 BASE BID: $100,963.00 2. BURNUP & SIMS TELCOM OF FLORIDA, INC. 7221 DR. MARTIN LUTHER KING BOULEVARD, EAST, TAMPA, FLORIDA 33619 BASE BID: $ 96,117.00 3. H. C. CONNELL, INC. 400 McCORMACK STREET, LEESBURG, FLORIDA 34748 BASE BID: $ 82,860.68 4. DANIELS CONTRACTING COMPANY 290 W A YMONT COURT, SUITE 120, LAKE MARY, FLORIDA 32746 BASE BID: $107,938,00 5. SUPERIOR ASPHALT OF CENTRAL FLORIDA, INC. 444 ROSSITER STREET, MT. DORA, FLORIDA 32757 BASE BID: $ 90,104.00 6. GARNEY COMPANIES, INe. 1331 NW VIVION ROAD, KANSAS CITY, MISSOURI 64118 BASE BID: $ 73,248.00 , . CITY OF WINTER SPRINGS, FLORIDA 1126 EAST STATE ROAD 434 WINTER SPRINGS, FLORIDA 32708.2799 Telephone (407) 327.1800 WINTER SPRINGS RECLAIMED WATER INTERCONNECT BID NUMBER: 98-020 BID OPENING DATE: August 26, 1998 PAGE 2 OF2 7. BRUCE McGONIGAL, INe. 3940 MOORES STATION ROAD, SANFORD, FLORIDA 32773-6523 BASE BID: $124.279.00 8. PRICE CONSTRUCTION, INe. POST OFFICE BOX 590062, ORLANDO, FLORIDA 32859 BASE BID: $ 73,298.00 JL~L Andrea Lorenzo-Luaces puty City Clerk City of Winter Springs Copy: Mr. Kip Lockcuff, Director, UtilitylPublic Works Mr. J.P. Petrencsik, Director of Purchasing Mr. Terry Zaudtke, Consulting Engineer DOCSlbidslresu Ils/f y9798/98-02 0 .doc ATTACHMENT NO.2 AGREEMENT FORM THIS AGREEMENT MADE THIS DAY OF , 1998 between the CITY OF WINTER SPRINGS of 1126 East State Road 434, Winter Springs, Florida 32708, Seminole County, State of Florida, herein referred to as OWNER and Garnev Comoanies. Inc., State of Florida, herein referred to as CONTRACTOR, a person duly licensed as a Contractor in the State of Florida, as follows: 1. DESCRIPTION OF WORK - CONTRACTOR shall perform the work, in accordance with the Contract Documents, at the Oak Forest Spray Site, connecting the East and West reclaimed water systems at Winter Springs, FL. 32708 for: Reclaimed Water Interconnect. 2. CONTRACT DOCUMENTS - 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 are incorporated into this Contract by this reference. 3. CONTRACT TIME - The CONTRACTOR shall begin work within..1.Q.. days after the issuance of a written Notice to Proceed and shall complete the work within..QQ.. calendar days from the date of the Notice to Proceed. Extensions, if any, are authorized by OWNER, and may only be granted in writing. 4. LIQUIDATED DAMAGES - OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not substantially complete within the time specified in Paragraph 3 above, plus any extensions thereof allowed in accordance with the General Conditions. They also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by OWNER if the Work is not substantially complete on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER $100.00 for each day that expires after the time specified in Paragraph 4 for final completion until the work is finally complete, and that OWNER has paid to CONTRACTOR the consideration of Ten ($10.00) Dollars as consideration for this provision. 5. CONTRACT PRICE. UNIT CONTRACT - The OWNER will pay the CONTRACTOR in current funds for the performance of the work, subject to additions and deductions by Change Order, the Total Contract Price of Seventv-three Thousand Two Hundred Forty-eight and 00/100 Dollars ($73,248.00). Payments will be made to the CONTRACTOR for actual quantities installed on the basis of the Schedule of Unit Prices included as a part of his Bid, which shall be as fully a part of the contract as if attached or repeated herein. 6. PROGRESS PAYMENTS - OWNER shall make progress payments on account of the contract price to CONTRACTOR, on the basis of application for payments submitted to the City or their authorized representative, by CONTRACTOR as the work progresses, and in accordance with the Contract Documents. Progress payments may be withheld if: (A) Work is found defective and not remedied; (B) Contractor does not make prompt and proper payments to subcontractors; 00500-1 (C) Contractor does not make prompt and proper payments for labor, materials, or equipment furnished him; (D) Another Contractor is damaged by an act for which Contractor is responsible; (E) Claims or liens are filed on the job; or (F) In the opinion of the City of Winter Springs, Contractor's work is not progressing satisfactorily. 7. FINAL PAYMENT - OWNER shall withhold up to 10% of the Contract Price throughout the project which shall be the final payment under this contract. OWNER shall make final payment to CONTRACTOR within thirty (30) days after the work is fully and properly completed, if the contract has been fully and timely performed, but subject to the condition that final payment shall not be due until CONTRACTOR has delivered to OWNER a complete release of all liens arising out of the contract, or receipt releases of lien fully covering all labor, materials and equipment for which a lien could be filed, or in the alternative a bond satisfactory to OWNER indemnifying him against such claims. By making payments OWNER does not waive claims including but not limited to those relating to: (A) Faulty work appearing after substantial completion has been granted; (B) Work that does not comply with the Contract Documents; (C) Outstanding claims of liens; or (D) Failure of Contractor to comply with any special guarantees required by the Contract Documents. CONTRACTOR, by accepting final payment, waives all claims except those which he has previously made in writing, and which remain unsettled at the time of acceptance of payment pursuant to this contract. 8. DESIGNATION OF PROJECT DIRECTOR OR ARCHITECT OR ENGINEER: DUTIES AND AUTHORITY - The duties and authority of the City are as follows: a. General Administration of Contract. The primary function of the City is to provide the general administration of the contract. In performance of these duties Kipton lockcuff or his authorized representative is the City's Project Director during the entire period of construction. The OWNER (City) may change the Project Director during the term of this contract. b. Insoections. Opinions. and Progress Reports. The OWNER shall be kept familiar with the progress and quality of the work by CONTRACTOR and may make periodic visits to the work site. The OWNER will not be responsible for the means of construction, or for the sequences, methods, and procedures used therein, or for the CONTRACTOR's failure to perform the work in accordance with the Contract Documents. c. Access to Work site for Insoections. The OWNER shall be given free access to the worksite at all times during work preparation and progress. The Project Director is not obligated to make exhaustive or continuous on site inspections to perform his duties of checking and reporting on work progress, and any such inspections shall not waive Owner's claim regarding defective work by Contractor. 00500-2 d. Interpretation of Contract Documents: Decisions on Disputes. The OWNER will be the initial interpreter of the contract document requirements, and make decisions on claims and disputes between Contractor and Owner. e. Rejection and Stoopage of Work. The OWNER shall have authority to reject work which in its opinion does not conform to the Contract Documents, and in this connection may stop the work or a portion thereof, when necessary. f. Payment Certificates. The OWNER will determine the amounts owing to CONTRACTOR as the work progresses, based on CONTRACTOR's applications and OWNER's inspections and observations, and will issue certificates for progress payments and final payments in accordance with the terms of the Contract Documents. 9. RESPONSIBILITIES OF CONTRACTOR - CONTRACTOR's duties and rights in connection with the project herein are as follows: a. Resoonsjbility for Suoervisjon and Construction. CONTRACTOR shall be solely responsible for all construction under this contract, including the techniques, sequences, procedures and means, for the coordination of all work. CONTRACTOR shall supervise and direct the work, and give it all attention necessary for such proper supervision and direction. b. Discioline and Emolovment. CONTRACTOR shall maintain at all times strict discipline among his employees, and he agrees not to employ for work on the project any person unfit or without sufficient skill to perform the job for which he was employed. c. Furnishing of labor. Materials. etc. CONTRACTOR shall provide and pay for all labor, materials and equipment, including tools, construction equipment and machinery, utilities, including water, transportation, and all other facilities and services necessary for the proper completion of work on the project in accordance with the Contract Documents. d. Payment of Taxes: Procurement of licenses and Permits. CONTRACTOR shall secure all licenses and permits necessary for proper completion of the work, paying the fees therefor. CONTRACTOR warrants that it (and subcontractors or tradesmen, if authorized in the Contract Documents) hold or will secure all trade or professional licenses required by law for CONTRACTOR to undertake the contract work. e. CONTRACTOR will provide written guarantee for work and materials for one (1) calendar year after acceptance by OWNER. 1 O. ~ - CONTRACTOR shall supply a materials, performance and payment bond(s) in accordance with Florida law and to the satisfaction of OWNER, in an amount specified in the Contract Documents. 11. MEDIATIONNENUE- The parties agree that should any dispute arise between them regarding the terms or performance of this Agreement, both parties will participate in a mediation. The parties agree to equally share the cost of the mediator. Should the parties fail to resolve their differences through mediation, then any cause of action filed hereunder shall be filed in the Circuit or County Court for Seminole County, Florida. 12. NOTICES - Any notice or approval under this Contract shall be sent, postage prepaid, to the applicable party at the address shown on the first page of this Contract. 00500-3 Signed, Sealed and Delivered in the presence of: 00500-4 Contractor: Name Address and Telephone Date OWNER: CITY OF WINTER SPRINGS By: Ronald W. McLemore City Manager 1126 East State Road 434 Winter Springs, FL. 32708 407-327-1800 A TT ACHMENT NO. ~ Conklin, ~orter and Holmes @ ~ ENGINEERS, INC. a 1117 E. ROBINSON STREET, SUITE C ORLANDO, FLORIDA 32801-2092 TEL 407-425-0452 FAX # 407 -648-1036 September 10, 1998 Mr. Kipton LockcufI, P.E. Utilities Director City of Winter Springs 1126 East S.R. 434 Winter Springs, Florida 32708 RE: City of Winter Springs - Reclaimed Water Interconnect Bid No. 98-020 CPR Project No. W0478 Dear Kip: On Wednesday, Au,gust 26, 1998, the City received bids for Reclaimed Water Interconnect. Copies of the bids were provided to us for review. The following is a summary of the bidders and their associated bid prices: Contractor Base Bid Price Gamey Companies, Inc. .$73,248.00 Price Construction $73,298.00 H.C. Connell, Inc. $82,860.68 Engineer's Estimate of Probable Construction $95,798.00 Cost A full bid tabulation is provided for your review. No errors were found during our tabulation of the bids. Garney Companies, Inc. has not performed previous work for the City. A review of references and other data reveals that they are a capable and competent contractor and that they are able to perform the project work. We contacted three references with similar size and type projects and all references received were very positive. References spoke highly oftheir timeliness and Conklin, ~orter and Holmes @ ~ lrll ENGINEERS, INC. project cleanup. The referenced projects were all within existing residential areas and they performed well around the existing utilities. In summary, we have no objection to the City's award of this project to Garney Companies, Inc. based on available information and their base bid price of$73,248.00. If you have any questions, please give me a call. Sincerely, CONKLIN, PORTER & HOLMES - ENGINEERS, INC. ~u~ Senior Vice President TMZ/ja W0478.LOCI BID TABULATION CITY OF WINTER SPRINGS PROJECT: Reclaimed Water Main Interconnect BID 98~20 BID DATE: August 25,1998 Garney Price H.C. Connell Superior Burnup & Sims CONTRACTOR Companies, Inc, Construction Inc. Asphalt Telcom Kansas City Orlando Leesbura Mt. Dora Tampa BID Description Unit Quantity Unit Total Unit Total Unit Total Unit Total Unit Total ITEM Cost Cost Cost Cost Cost Cost Cost Cost Cost Cost 1 Mobilization! Demobilization LS 1 3,500.00 3,500.00 6,000,00 6,000,00 14,533,37 14,533.37 21,335.00 21,335.00 9,025.00 9,025.00 2a 8" PVC LF 1400 10.50 14,700.00 8.00 11,200,00 7.42 10,388,00 11.50 16,100.00 13.65 19,110,00 2b 8" DIP LF 50 200.00 10,000.00 90.00 4,500.00 44.18 2,209.00 48.00 2,400,00 38.75 1,937.50 2c 12" PVC LF 950 20,00 19,000.00 12.00 11,400.00 11.28 10,716,00 15.7 14,915.00 18.75 17,812.50 3a 8" Restrained Joints EA 7 100.00 700.00 100,00 700.00 151.1 0 1,057.70 143,00 1,001.00 171.00 1,197.00 3b 12" Restrained Joints EA 12 150.00 1 ,800.00 175,00 2,100.00 179.87 2,158.44 240,00 2,880.00 232.00 2,784,00 4a Flange Fittings EA 1 2,000.00 2,000.00 1,500.00 1,500.00 3,820.00 3,820.00 3,798.00 3,798.00 7,048.00 7,048.00 4b MJ Fittings EA 1 2,000.00 2,000.00 2,000.00 2,000,00 4,166.31 4,166.31 3,755.00 3,755.00 6,685.00 6,685.00 Sa F&I Gate Valve - 8 inch MJ EA 1 750.00 750.00 800.00 800.00 531.19 531.19 958,00 958.00 895.00 895.00 5b F&I Gate Valve - 8 inch FLG EA 3 750,00 2,250.00 600.00 1,800.00 509.79 1,529.37 789.00 2,367.00 990,00 2,970.00 5c F&I Gate Valve - 12 inch EA 1 1,250,00 1 ,250.00 1,500,00 1,500.00 900.34 900.34 1,475.00 1,475.00 1,589.00 1,589.00 5d F&I Check Valve - 8 inch EA 2 1,250,00 2,500.00 1,700.00 3,400.00 1,086.52 2,173,04 1,485.00 2,970.00 1,633,00 3,266.00 6 Insertion Flow Meter EA 2 1,000.00 2,000.00 4,500.00 9,000,00 894.14 1 ,788.28 1,520,00 3,040.00 2,283.00 4,566.00 7 Connections EA 2 1,200.00 2,400.00 1,000.00 2,000,00 393.58 787.16 1,400.00 2,800.00 1,317,00 2,634.00 8 Relocate 2" Blow-off EA 1 500.00 500.00 150,00 150.00 185.04 185,04 300.00 300.00 740.00 740.00 9 Pipe Support EA 4 150,00 600.00 175.00 700.00 150.11 600.44 150.00 600.00 921.00 3,684,00 10 Clearing and Grubbing LF 1400 3,00 4,200.00 7.50 10,500.00 15.72 22,008.00 3.00 4,200.00 3.40 4,760.00 11 Fencing LS 1 2,250.00 2,250.00 3,200.00 3,200,00 2,461.00 2,461.00 4,362.00 4,362,00 4,566,00 4,566.00 12 FPL Anchor EA 1 848.00 848.00 848.00 848.00 848.00 848.00 848.00 848.00 848.00 848,00 Total 73 248.00 73 298.00 82 860.68 90104.00 96117.00 Bid Bond Yes Yes Yes Yes Yes Page 1 of2 BID TABULATION CITY OF WINTER SPRINGS PROJECT: Reclaimed Water Main Interconnect BID 98-020 BID DATE: August 25,1998 Sunshine Daniels Bruce McGonigal,lnc. Engineering CONTRACTOR Building Contracting Co, Estimate Casselberrv Lake Mary Sanford BID Description Unit Quantity Unit Total Unit Total Unit Total Unit Total ITEM Cost Cost Cost Cost Cost Cost Cost Cost 1 Mobilization! Demobilization LS 1 6,381.00 6,381.00 4,500.00 4,500.00 20780,00 20,780.00 5,000.00 5,000.00 2a 8" PVC LF 1400 13.50 18,900.00 17.20 24,080.00 19.50 27,300.00 20,00 28,000,00 2b 8" DIP LF 50 63,00 3,150,00 112.00 5,600.00 47.00 2,350.00 30.00 1,500.00 2c 12" PVC LF 950 18.84 17,898.00 23.00 21,850.00 24.50 23,275.00 30.00 28,500.00 3a 8" Restrained Joints EA 7 192.00 1 ,344.00 87,00 609,00 103.00 721,00 150,00 1,050.00 3b 12" Restrained Joints EA 12 295.00 3,540.00 158.00 1,896.00 171.00 2,052.00 150,00 1,800.00 4a Flange Fittings EA 1 2,562,00 2,562.00 4,420.00 4,420.00 4913.00 4,913.00 5,000.00 5,000.00 4b MJ Fittings EA 1 3,661.00 3,661.00 4,145.00 4,145.00 6617,00 6,617.00 5,000.00 5,000.00 Sa F&I Gate Valve. 8 inch MJ EA 1 936.00 936.00 750.00 750.00 927.00 927,00 900,00 900.00 5b F&I Gate Valve. 8 inch FLG EA 3 761.00 2,283,00 690.00 2,070.00 761.00 2,283.00 1,200.00 3,600.00 5c F&I Gate Valve - 12 inch EA 1 1,572,00 1,572.00 1,270.00 1,270.00 1576,00 1,576.00 1,500.00 1,500.00 5d F&I Check Valve - 8 inch EA 2 1,592.00 3,184,00 1,350.00 2,700.00 1570.00 3,140.00 1,500.00 3,000.00 6 Insertion Flow Meter EA 2 1,392,00 2,784.00 1,150,00 2,300.00 1364,00 2,728.00 1,500,00 3,000.00 7 Connections EA 2 809.00 1,618.00 600.00 1,200.00 425.00 850.00 500,00 1,000.00 8 Relocate 2" Blow-off EA 1 404.00 404,00 200,00 200.00 250.00 250.00 500.00 500.00 9 Pipe Support EA 4 235,00 940.00 150.00 600.00 170.00 680.00 200.00 800.00 10 Clearing and Grubbing LF 1400 19.00 26,600.00 18.50 25,900,00 15.71 21,994.00 2,00 2,800,00 11 Fencing LS 1 2,358.00 2,358,00 3,000.00 3,000.00 995.00 995,00 2,000.00 2,000.00 12 FPL Anchor EA 1 848.00 848.00 848.00 848,00 848,00 848,00 848.00 848.00 Total 100 963,00 107 938.00 124279.00 95 798.00 Bid Bond Yes Yes Yes N/A Page 2 of 2 I . . \ . AGREEMENT AND BID FORM TIDS AGREEMENT MADE TIDS ~ ~ DAY OF October, 1998 between the CITY OF WINTER SPRINGS of 1126 East State Road 434, Winter Springs, Florida 32708, Seminole County, State of Florida, herein :referred to a's Owner and Garney Companies, Inc., State of Florida, herein referred to as Contractor, a person duly licensed as a Contractor in the State of Florida, as follows: 1. DESCRIPTION OF WORK - Contractor shall perform the work, in accordance with the Contract Documents, at 1126 East S.R. 434, Winter Springs, Florida 32708 for: Project # 98-020 -Reclaimed Water Interconnection. 2. CONTRACT DOCUMENTS - 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 are incorporated into this Contract by this reference. .', 3. CONTRACT TIME - The CONTRACTOR shall begin work within ~days after the issuance of a written Notice To Proceed and shall complete the work within 60 calendar days from the date of the Notice To Proceed. Extensions, if any, are authorized by OWNER, and may only be granted in writing. 4. LIOUlDATED DAMAGES - OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not substantially complete within the time specified in Paragraph 3 above, plus any extensions thereof allowed in accordance with the G~neral Conditions. They also recognized the delays, expense, and difficulties involved in proving in' a legal or arbitration procee,ding the actual loss suffered by OWNER if the Work is not substanti~lly complete on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages' for delay (but not as a penalty) CONTRACTOR shall pay OWNER $250.00 'for each day that expires after the time specified in Paragraph 4 for final completion until the work is finally complete, and that Owner has paid to Contractor the consideration of ten ($10.00) dollars as consideration for this provision. 5. CONTRACT PRICE. LUMP SUM CONTRACT - The OWNER will pay the CONTRACTOR in current funds for the performance of the work, subject to additions and deductions by Change Order, the Total Contract Price of Seventy Three Thousand Two Hundred Forty Eight and 001100 Dollars ($73.248.00). Payments will be made to the CONTRACTOR based on the Lump Sum Bid amount, the Schedule of Values, and subject to completion ofthe work, in accordance with the Contract Documents. 6. PROGRESS PAYMENTS - Owner shall make progress payments on account of the contract price to contractor, on the basis of application for payments submitted to City by Contractor as the work progresses, and in accordance with the Contract Documents. Progress payments may be withheld if: (A) Work is found defective and not remedied; (B) Contractor does not make prompt and proper payments to subcontractors; (C) Contractor does not make prompt and proper payments for labor, materials, or equipment furnished him; , . . , , (D) Another Contractor is damaged by an act for which Contractor is responsible; (E) Claims or liens are filed on the job; or (F) In the opinion of the City of Winter Springs, Contractor's work is not progressing satisfactorily. 7. FINAL PAYMENT - Owner shall withhold 10% of the Contract Price which shall be the final payment under this contract. Owner'shall make final payment to Contractor within thirty (30) days after the work is fully and properly completed, if the contract has been fully and timely performed, but subject. to the condition that final payment shall not be due until Contractor has delivered to Owner a complete release of all liens arising out of the contract, or receipt releases of lien fully covering all labor, materials and equipment for which a lien could be filed, or in the alternative a bond satisfactory to owner indemnifying him against such claims. By making payments OWner does not waive claims including but not limited to those relating to: (A) Faulty work appearing after substantial completion has been granted; (B) Work that does not comply with the Contract Documents; (C) Outstanding. claims of liens;, or (D) Failure of Contractor to comply with any special guarantees required by the Contract Documents. Contractor, by accepting final payment; waives all claims except those which he has previously made in writing, and which remain unsettled at the time of acceptance of payment pursuant to this contract. 8. DESIGNATION OF PRoJEcTnIRECTOR OR ARCIDTECT OR ENGINEER: DUTIES AND AUTHORITY - The duties and authority of the City are as follows: a. General Administration of Contract. The primary function of the City is to provide the general administration of-the contra~t. In performance of these duties Kipton Lockcuff, P.E. Public Works!Utility Director, is the City's Project Director during the entire period of construction. The Owner (City) may change the Project Director during the term of this contract. b; Inspections. Opinions. and Proeress Re{>ortL The Owner shall be kept familiar with the progress and quality of the work by Contractor and may make periodic visits to the work site. The Owner will not be responsible. for the means of construction, or for the sequences, methods, and procedures used therein, or _for the Contractor's failure to perform the work in accordance with the Contract Documents. c. Access to Worksite for Inspections. The Owner shall be given free access. to the worksite at all times during work preparation and progress. The Project Director is not obligated to make exhaustive or continuous on site inspections to perform his duties of checking and reporting on work progress, and any such inspections shall not waive OWIier's claim regarding defective work by Contractor. 2 .. 'f '" . , d. Interoretation of Contract Documents: Decisions on Disoutes. The Owner will be the initial interpreter of the contrac't document requirements, and make decisions on claims and disputes between Contractor and Owner. e. Rejection and Stopoal!e of Work. The Owner shall have authority to reject work which in its opinion does not conform to the Contract Documents, and in this connection may stop the work or a portion thereof; when necessary. f. Pavment Certificates. The Owner will determine the amounts owing to Contractor as the work progresses, based on Contractor's applications and Owner's inspections and observations, and will issue certificates for progress payments and final payments in accordance with the terms of the Contract Documents. 9. RESPONSIBILITIES OF OWNER - Contractor's duties and rights in connection with the project herein are as follows: a. Resoonsibility for Suoervision and Construction. Contractor shall be solely responsible for all construction under this 'contract, including the techniques, sequences, procedures, and means, and for the coordination of all work. Contractor shall supervise and direct the work, and give it all attention necessary for such proper supervision and direction. b. Discipline and Emoloyment. Contractor shall maintain at all times strict discipline among his employees, and he agrees not to employ for work on the project any person unfit or without sufficient skill to perform the job for which he was employed. c. Furnishin~ of Labor. Materials. etc. Contractor shall provide and pay for all labor, materials and equipment, including tools, construction equipment and machinery, utilities, including water, transportation, and all other facilities and services necessary for the proper completion of work on the project in accordance with the Contract Documents. d. Pavment of taxes: Procurement of Licenses and Permits. Contractor shall secure all licenses and permits necessary for proper completion of the work, paying the fees therefor. Contractor warrants that it (and subcontractors or tradesmen, if authorized in the Contract Documents) hold or will secure all trade or professional licenses required by law for contractor to under take the contract work. e. Contractor will provide written guarantee for work and materials for one (1) calendar year after acceptance by Owner. 10. BOND - CONTRACTOR shall supply material, performance and payment bond(s) in accordance with Florida law and to the satisfaction of OWNER, in an amount specified in the Contract Documents. 11. MEDIATIONNENUE - The parties agree that should any dispute arise between them regarding the terms or performance of this Agreement, both parties will participate in a mediation. The parties agree to mutually select a mediator and in the event they cannot mutually agree upon a mediator, one will be appointed by the American Arbitration Association. The parties agree to equally share the cost of the mediator. Should the parties fail to resolve their differences through mediation, then any cause' of action filed thereunder shall be filed in the Circuit or County Court for Seminole County, Florida. 3 . . . . . . , 12. NOTICES- Any notice or approval under this Contract shall be sent, postage prepaid, to the applicable party at the address shown on the first page of this Contract. Signed, Sealed and delivered Contractor: in the presence of: .~~$~~ . tr W Youngblood Garnev Compames. Inc. .' . . t N Su Vice Presiden ame: · . Stepnen M. McCandless Corp. Secretary ArrEST Date OWNER: CITY OF WINTER SPRINGS f~tJ.~ By: Ronald W. Mcl:emore CITY MANAGER 1126 East State Road 434 Winter Springs, Florida 32708 (407) 327-1800 4