HomeMy WebLinkAbout2014 10 27 Consent 300 Northern Way Bridge RepairCOMMISSION AGENDA
ITEM 300
REQUEST:
Informational
Consent
X
Public Hearings
Regular
October 27, 2014 KS KL
Regular Meeting City Manager Department
The Public Works Department requesting authorization to enter into an agreement with
Barracuda Building Corporation for construction of the Northern Way Bridge Repair at
Howell Creek (ITB #006 /14BF) in the amount of $67,030 plus a 10% contingency.
SYNOPSIS:
The Northern Way Bridge Repair at Howell Creek project consists of the replacement of a
failing stormwater pipe, construction of a new retaining wall, and associated site
improvements to repair erosion damages. This agenda item is to award the work to the
lowest responsive bidder, Barracuda Building Corporation, in the amount of $67,030.
CONSIDERATIONS:
. The Northern Way bridge over Howell Creek (south crossing, between Arabian
Avenue and Howell Creek Drive) has erosion damage and a failing stormwater pipe.
The damages are located at the northwest area of the bridge. The damages are not an
emergency and this project is considered to be a scheduled repair that has been in
planning and design for the past several months.
The Northern Way Bridge Repair at Howell Creek project consists of the replacement
of the failing 36 -inch corrugated metal storm pipe and the construction of a new
retaining wall that extends the bridge abutment's wing wall at the northwest corner of
the bridge. This area has steep slopes and has experienced severe erosion in the past.
The project repairs the damages and also includes the replacement of a storm inlet top
with a higher capacity inlet, replacement of concrete curbs and sidewalks, sediment
Consent 300 PAGE 1 OF 3 - October 27, 2014
removal from the creek, and the installation of additional erosion protection
measures at the bridge abutment. If not repaired, the erosion could eventually start to
undermine the bridge abutment. The most recent FDOT bridge inspection performed
in June 2014 recommended the erosion repairs that will be completed with this
proj ect.
. The project design includes a "Redi- Rock" style of retaining wall to extend the bridge
abutment's wing wall, similar to what was used extensively at the nearby Tuscawilla
Greens project and more recently at Jesup's Landing. Redi -Rock walls consist of
large modular blocks that are stacked to create a gravity retaining wall. The design
was completed by CPH Engineers, Inc.
The Northern Way Bridge Repair at Howell Creek project was issued for bidding to
contractors who have performed or bid on similar work for the City in the past and /or
who have experience with the proposed retaining wall system used on the project.
Bids were due on October 16, 2014, with results as listed below. Several contractors
declined to submit a bid.
Invitation to Bid #006 /14BF Bid Results:
x xxxxxxxxxxxxxxxxxxxx x x x x .......................... ...xxxxxxx...xx x xxxx...x
Bidder Total Bid Amount }
xxxxxxxxxxxxxxxx- xxxxxxxxxxxxxxxxxxxxxx--------
1 1Barracuda Building Corporation $67,030.0Q
v. v.. v.. v.. v�,. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v. s.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v.. v..v..v..v..v..v..v..v..v..v..x
2. 1CFE, Corporation 1 $76,784.101
nnnnnnnnnnnnnnnnnnnnnn nn----------------------- -nnnnw
1 3 Welsh Companies, LLC $99,202 001
Based on Staff s review of the bids, Staff is recommending award of the
construction contract to Barracuda Building Corporation.
Construction is expected to begin in November 2014 and be completed in December 2014.
No road closures are required for the project and surrounding residents will be notified in
advance of construction.
FISCAL IMPACT:
The project cost is $67,030.00 plus a 10% contingency, for a total of $73,733.00, funded by
the Stormwater Utility Fund.
COMMUNICATION EFFORTS:
This Agenda Item has been electronically forwarded to the Mayor and City Commission,
City Manager, City Attorney /Staff, and is available on the City's Website, LaserFiche, and
the City's Server. Additionally, portions of this Agenda Item are typed verbatim on the
respective Meeting Agenda which has also been electronically forwarded to the individuals
noted above, and which is also available on the City's Website, LaserFiche, and the City's
Server; has been sent to applicable City Staff, Media/Press Representatives who have
requested Agendas /Agenda Item information, Homeowner's Associations/Representatives
on file with the City, and all individuals who have requested such information. This
information has also been posted outside City Hall, posted inside City Hall with additional
copies available for the General Public, and posted at five (5) different locations around the
City. Furthermore, this information is also available to any individual requestors. City Staff
Consent 300 PAGE 2 OF 3 - October 27, 2014
is always willing to discuss this Agenda Item or any Agenda Item with any interested
individuals.
Written construction notices will be issued to residents near the construction site
approximately one week before construction is scheduled to begin.
RECOMMENDATION:
Staff recommends the City Commission approve entering into an agreement with Barracuda
Building Corporation for the Northern Way Bridge Repairs at Howell Creek project, in the
amount of $67,030 plus a 10% contingency, and authorize the City Manager and City
Attorney to prepare and execute any and all applicable documents.
ATTACHMENTS:
1. Exhibit A - Northern Way Bridge Repairs at Howell Creek - Drawing (1 page)
2. Exhibit B -Agreement (10 pages)
Consent 300 PAGE 3 OF 3 - October 27, 2014
_s,
ee
i
//
7 ` TEMPORARILY REMOVE AND '4
PC x'REINSTALL REFLECTOR SIGN ,
/ ADDRESS MATE GRI D LENGTH
lr. FOR THE RETAI NINO WALL
�y SEE DETAIL MATCH E%ISTINE ERA DE
III
REMOVE IXISTING TOP ANC e F E%I 5TR�)y E 906 (DAHIA) AND STAKE
'.
CON SCRUFF NEW INLET TOP 2
. INH Y' L DI STUFFED AREA
SEE DETAIL I AND "2 ",THI$) REMOVE AND REPLACE
STEEL RECONSTRUCT GUARDRAILAS NEEDED
SIDEWALKAS REQUIRED e '2`
REMOVE36 CMPAND
INSTALL 36 ADS HE �/
STORM APPROXIMATE
19LFI CONNECT AND SEAL
INTO EXISTING MANHOLE
L "PEREERAPED
)f el 9X7CK DRAIN LE I)
1 RID
W:A:u:11WWII
0
�( I
he
Lo e
LCONCRETE �E
TOP OF PILE
III
SUIT,
POT
1 1 41
—PEEN
P
FTS irP£4 1 AN6 3
%I STING
EXISTING POST
�VVVVN- TOP OF WALL =28.5
PIAq !!N[Fi IxaE
S SYN[IFifllC4 ABLlr fyl
T
P.W uMlff tifF
! SrMMf JXKU ACdJJ
q!
EL 2]0
0" FVC SOCKET CLEAN OUT
WITH INVERTED CAP SET
6'CORS 6'CORS
IN
NOT
11.0
REP
N
NeXT
its
RIP
SIN
g
11.0
PAR
o
25
°w.
ed M.
*
AT
11H
PAP
TRY
EXT
11H
PIN,
.E
FEE
n
y}
I 0
I Jbb N,
VISHUX
i
..
F
NOTE'.
4" PVC SOUL PIPE
EXISTING CONFIGURATION BACKER 3 INLETTOe
I_....
—
L�
I).rl
! )
Ir
18 THICK
:!'IM1
-
%J—
20
1r
rnNrEFTF
NEWCONFIGURATIONWILLBEAT YPE2INLETTEP
PILING WALL ----
- -_
-
RIP RAP FOOT
-
IN ACCORDANCE WITH THE DETAILS BELOW
" -'
.`-
.
DETAIL 1 - EXISTING TOP
SPEC. 530222
,l
-,- —
,.
`.._
..
• "'
.., ..
•,'
.. ..
L-
NON WOVEN GEOTE%TILE
BOTTOM OF
..
.. ./
�
15
WALL -150
�� Y
�
SCALE '1 4
15
4FCrlilh es Mhar iYnE
2 4rMNETRIGI
III qjl
SECr/OhIBB llhfFr IYPF
45[HNFrPICAI III fyl
411 OF CUT PIPE TO MATCH
THEWALLFACE. INVERT1806
PERFORATED 4" SOCK
DRAIN INV. 1700
PERFORATED SOCK DRAIN
RED ROCK WALL SYSTEM
..
.. r.
... 1A ..,, .....
£
INLETS
TYPES Z AND I
!N[F FS
Tf AES 3 AND /
lhlFrs re P4 R ,
"` "` -
•
SLAB RFINFOI I'•
F
DEPENDENT OLE
1
ELSE AND rl6VER� �i' Ja
1
_
I
• j T REGRADETHISARFA
le A TO EXISTING ELEVATIONS
550
1 ., LEV
A ELEV ELEV . .
T ELEV
£
Q 4)NELEAN -WT ACCESS
' o a ELEV.hKI
ELEV
J 20 00
•o e� , ` 'Y
fp PROPOSED RED ROCK " CONCRETE I 4' SELL
PIT
LB WIDE lS LONG FIRTAININGWALL(23 LF)
BEHIND WALLTO
VENT BOX MIGRATION /
/ Y THE JOIN OF THE NEW INSTALL LARGE CONCRETERETEDT TREE
Y/ Vv
F STAINING WALLAND THE a v !1 / RIP RAP IN FRONT OF WALL
BRIDGE PILING SYSTEM USE
q y (MATCH EXISTING CONTOURS AND
H F 1EQUAL '
MIRA0N OR EQUAL
0 PL
11 PLACE IB "THICK)(BEE DETAIL)
-�' ARI COrvcRErE COUaR
° ° ! I AREUrvC PIPE INTeGRAL
CERPERATE9' WITH T HE WALL SEEMENTB
SOCKGRAIN HGFE 0 SEE DETAIL THIS SHEET
APPRO %MATE INVERT ±1806 0-
.ELEV. 30.00 21'+
INSTALLTEMPORA RY MODIFY EXISTING GRACE TO
SILT FENCE SEE NOTE 3 MATCH NEW LOCATION OF PIPE A7NSTALL TEMPORARY
SHOWN IN SECTION A . SILT FENCE. PER FOOT
NOTES
1) 100yr FLOOD ELEVATION -24 ON THE NAVDBB DATUM
2) CONTRACTOR TO RECONSTRUCT ALL DISTURBED AREAS TO PRE CONSTRUCTION CONDITIONS.
3) PLACE THE FACE OF THE SECOND ROW FROM THE TOP AT THE BACK FACE OF THE EXISTING PILE
BACKING PLATE. CONTACT OWNER PRIOR TO CONSTRUCTION TO CLARIFY LOCATION AS NEEDED.
SITE PLAN
SCALE =s #5BAR FACT
CE -fi0'
LONG (TYP)
#5 BAR EACH fi
EXISTING PILE CAPEN, FACE 34" LONG (TYP)
/1
=TOP ROW
2ND ROW
EXISTING 4'1 wALL1
=3RC ROW
FO
PERRATED
SOCK FODRAIN 1 INV. 1806/
INTERFACE OF NEW AND EXISTING WALL
DUE
10
,0'm MANHOLE
NEW TYPE2TOP
A �t
DETAIL 2 - TYPE 2 TOP
36 NOMINALADS HP
STORM PIPE. CUT PIPE
END FLUSH WITH WALL w =I
TRIP BIR
AIR NVC.n
e" ar
RI
0 FBI
• -• pIMENS OMR HCifPN ', r V pfY£gSIPYR SES rIOK
•
NIP
ea — e
w f
IN
OOMIDI ON S AElhfORClhG PIMP IFCrIOv
R£IrvIP.K fMr SERION "O'Dowrh"Sts 5SffraN IAI A 6 P C AH ANSI { {<rllln ANN
f -0" PrA SrILJCrUMr "TIGI fiE{ilGw "I AED PIA SiAtgEGSEIS LrOi rOM 1511 DION I lrrPE E CBriSn Yg .N?
TRANSVERSE SECTIONS FOR INLETS TYPES P. 2. 3 & 6
INLET TOP DETAILS
FooiwDExn0 SuLENT3
35
��
B%fr
TOP OF PILE
III
SUIT,
POT
1 1 41
—PEEN
C n,
TI
30
�VVVVN- TOP OF WALL =28.5
v PROPOSED GRACE
EPRL RNA.
SITE PLAN AND DETAILS
Sheet No
I
EL 2]0
0" FVC SOCKET CLEAN OUT
WITH INVERTED CAP SET
IN
NOT
11.0
REP
N
NeXT
its
RIP
AF
FKl
11.0
PAR
o
25
°w.
ed M.
*
AT
11H
PAP
TRY
EXT
11H
PIN,
amuoe ONE!
ti0 _ y�dM. °gar .,....
onar
Sod oa
Yu TOILS 66 NOTE'. ilo.ar. .
fiy #5BAR- GRADE60
6' CLEARTO ALL SURFACES NOTE. THIS WALL SECTION IS " GENERIC" FOR ILLUSTRATION AND INFORMATION ONLY
CONCRETE COLLAR DETAIL WALL SECTION
35
BOTTOM BLOCK
CONCRETE COLLAR AROUND LLEVEUrvG PAC
PIPE APPROXIMATELY FEE STONE -12 "THICK
6k6k28 "DEEP BOTTOM ELEV. 1000
SECTION A -A
SAINHUTANSDREM0,1E INSIDE
EDGE OF GARDEN CORNER
BLOCK AND FILL NITH TOOPOL
RECOMMENDED)
GRADE DROPS ALONG
SIDE OF GARDEN BLOCK
AT pm Faun vory ALTERNATE GARDEN BLOCK PLACEMENT
FINISH GRADE TO BACK OF BLOCKS DETAIL
TOP OF PILE
30
ins EL2B.53
A fLll Ser eeABEflrm
C /
p
.cpnco.p.c O"GERPROGIRCE, ORBINNO.S.p.habon
C n,
TI
30
�VVVVN- TOP OF WALL =28.5
v PROPOSED GRACE
EPRL RNA.
SITE PLAN AND DETAILS
Sheet No
I
EL 2]0
0" FVC SOCKET CLEAN OUT
WITH INVERTED CAP SET
,
E%ISTINJ /
LEVEL WITH TOP OF WALL.
`�'
GRACE
EL 255
AF
25
o
25
°w.
ed M.
e
6
L240
.E
FEE
I
I 0
I Jbb N,
VISHUX
Q2014
4" PVC SOUL PIPE
18 THICK
20
EXISTING BRIDGE
rnNrEFTF
20
PILING WALL ----
RIP RAP FOOT
SPEC. 530222
__
NON WOVEN GEOTE%TILE
BOTTOM OF
UNDER RIP RAP MIRAFI
15
WALL -150
140N OR EQUAL
15
36' NOMINAL ADS HE STORM PIPE
(2)4 "PVC- 45'SENC9
411 OF CUT PIPE TO MATCH
THEWALLFACE. INVERT1806
PERFORATED 4" SOCK
DRAIN INV. 1700
PERFORATED SOCK DRAIN
RED ROCK WALL SYSTEM
10
OUTLET ELEV. P. 00
4fi1 /B " SSE "xlB "HEN
1 10
BOTTOM BLOCK
CONCRETE COLLAR AROUND LLEVEUrvG PAC
PIPE APPROXIMATELY FEE STONE -12 "THICK
6k6k28 "DEEP BOTTOM ELEV. 1000
SECTION A -A
SAINHUTANSDREM0,1E INSIDE
EDGE OF GARDEN CORNER
BLOCK AND FILL NITH TOOPOL
RECOMMENDED)
GRADE DROPS ALONG
SIDE OF GARDEN BLOCK
AT pm Faun vory ALTERNATE GARDEN BLOCK PLACEMENT
FINISH GRADE TO BACK OF BLOCKS DETAIL
A fLll Ser eeABEflrm
C /
p
.cpnco.p.c O"GERPROGIRCE, ORBINNO.S.p.habon
C n,
TI
° °v
e: z'!'
Feel I T Vr VVUN L Crt OrmIVbO
HOWELL CREEK &NORTHERN
WAY BRIDGE REPAIR
Winter Springs, Florida
EPRL RNA.
SITE PLAN AND DETAILS
Sheet No
I
0
`�'
is AS NOT
> »E KE01
AF
o
°w.
ed M.
e
6
.E
FEE
I
I 0
I Jbb N,
VISHUX
Q2014
��NTER
�( `SA
Ir
u to
Incorporated
•` Ig54
cc
Utility / Public Works
Department
CITY OF WINTER SPRINGS, FLORIDA
1126 EAST STATE ROAD 434
WINTER SPRINGS, FLORIDA 32708 -2799
Telephone (407) 327 -1800
IWPME ILy1r:3
THIS AGREEMENT MADE THIS DAY OF . 2014 between the CITY
OF WINTER SPRINGS, a Florida municipal corporation (herein referred to as OWNER) and Barracuda Building
Corporation, a corporation authorized and duly licensed to do business in the State of Florida
(herein referred to as CONTRACTOR), as follows:
1. DESCRIPTION OF WORK - CONTRACTOR shall perform the work, in accordance with the Contract
Documents for the construction of Howell Creek & Northern Way Bridge Repair.
2. CONTRACT DOCUMENTS - The Contract Documents consist of this Agreement; all Technical, General
and Supplementary Conditions; 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. ORDER OF PRECEDENCE - In case of any inconsistency in any of the documents bearing on the
Agreement between the OWNER and the CONTRACTOR, the inconsistency shall be resolved by giving
precedence in the following order:
a. Contractor's Bid (Proposal), Agreement, and Addenda
b. Change Orders
c. Special Conditions
d. General Conditions
e. Drawings
Any inconsistency in the work description shall be clarified by the OWNER and performed by the
CONTRACTOR.
4. AGREEMENT INTERPRETATION -
At its discretion, during the course of the work,
should any errors,
ambiguities, or discrepancies be
found in the Agreement
or specifications, the
OWNER at its sole
discretion will interpret the intent of the Agreement and
work descriptions and
the CONTRACTOR
hereby agrees to abide by the OWNER's interpretation and agrees to carry out the work in
accordance with the decision of the OWNER. When the material, article, or equipment is designated
by a brand name and more than one brand name is listed, it will be understood that the work is based
on one brand name only. The CONTRACTOR will be responsible for all coordination necessary to
accommodate the material, article, or equipment being provided without additional cost to the
OWNER. A substitute material, article, or equipment is allowed if it is reasonably equivalent to the
brand name specified. The OWNER has full discretion to decide whether a substitute is reasonably
Page 2
Howell Creek & Northern Way Bridge Repair
equivalent. CONTRACTOR must notify
the OWNER prior to use of the substitute
for
a specified brand
name and allow the OWNER to make a
determination before CONTRACTOR uses
the
substitute.
5. CONTRACT TIME - The
CONTRACTOR shall begin work
within 10 days after the
issuance of a written
Notice to Proceed and
shall complete all work within 90 calendar days from the
date of the Notice to
Proceed. Extensions, if
any, are authorized by OWNER,
and may only be granted
in writing.
6. 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 5 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 preceding 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 $500.00
for each day that expires after the time specified in Paragraph 5 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.
7. CONTRACT PRICE, UNIT PRICE 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 $67,03 0. 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 the Bid, which shall be as fully a part of
the Contract as if attached or repeated herein.
8. TERMINATION; DEFAULT BY CONTRACTOR AND OWNER'S REMEDIES - The OWNER reserves the right
to revoke and terminate this Agreement and rescind all rights and privileges associated with this
Agreement, without penalty, in the following circumstances, each of which shall represent a default
and breach of this Agreement:
a. CONTRACTOR defaults in the performance of any material covenant or condition of this
Agreement and does not cure such other default within seven (7) calendar days after
written notice from the OWNER specifying the default complained of, unless, however,
the nature of the default is such that it cannot, in the exercise of reasonable diligence,
be remedied within seven (7) calendar days, in which case the CONTRACTOR shall have
such time as is reasonably necessary to remedy the default, provided the CONTRACTOR
promptly takes and diligently pursues such actions as are necessary therefore; or
b. CONTRACTOR is adjudicated bankrupt or makes any assignment for the benefit of
creditors or CONTRACTOR becomes insolvent, or is unable or unwilling to pay its debts;
or
c. CONTRACTOR has acted negligently, as defined by general and applicable law, in
performing the Work hereunder; or
d. CONTRACTOR has committed any act of fraud upon the OWNER; or
e. CONTRACTOR has made a material misrepresentation of fact to the OWNER while
performing its obligations under this Agreement; or
9.
Page 3
Howell Creek & Northern Way Bridge Repair
f. 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
OWNER may have under this Agreement.
Notwithstanding the aforementioned, in the event of a default by CONTRACTOR, the OWNER shall
have the right to exercise any other remedy the OWNER may have by operation of law, without
limitation, and without any further demand or notice. In the event of such termination, OWNER 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.
FORCE MAIEURE - Any delay or failure of either party in the performance of its required obligations
hereunder shall be excused if and to the extent caused by acts of God; fire; flood; windstorm;
explosion; riot; war; sabotage; strikes (except involving CONTRACTOR's labor force); extraordinary
breakdown of or damage to OWNER's affiliates' generating plants, their equipment, or facilities; court
injunction or order; federal and /or state law or regulation; order by any regulatory agency; or cause or
causes beyond the reasonable control of the party affected; provided that prompt notice of such
delay is given by such party to the other and each of the parties hereunto shall be diligent in
attempting to remove such cause or causes. If any circumstance of Force Majeure remains in effect
for sixty days, either party may terminate this Agreement.
10. SEVERABILITY - In the event any portion or part thereof of this Agreement is deemed invalid, against
public policy, void, or otherwise unenforceable by a court of law, the parties, at the sole discretion
and option of the OWNER, shall negotiate an equitable adjustment in the affected provision of this
Agreement. The validity and enforceability of the remaining parts of this Agreement shall otherwise
be fully enforceable
11. 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 OWNER or OWNER's Project
Manager, 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.
12. FINAL PAYMENT
- OWNER shall withhold
up
to 10% of the Contract Price until
50% completion. After
50% completion,
OWNER shall reduce to
5%
the amount of retainage withheld
from each subsequent
Page 4
Howell Creek & Northern Way Bridge Repair
progress payment made to the Contractor. For purposes of this section, the term "50- percent
completion" shall be the point at which the OWNER has expended 50% of the total cost of the
construction services purchased as identified in the Agreement together with all costs associated with
existing change orders and other additions or modifications to the Agreement. After 50% completion,
the Contractor may present to the OWNER a payment request for up to one -half of the retainage held
by the OWNER. OWNER shall promptly make payment to the Contractor, unless OWNER has grounds
for withholding the payment of retainage.
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
liens arising out 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.
13. DESIGNATION OF PROJECT
MANAGER OR
ARCHITECT
OR LANDSCAPE ARCHITECT: DUTIES AND
AUTHORITY -The duties and
authority of the
OWNER are
as follows:
a. General Administration of Contract. The primary function of the OWNER is to provide the
general administration of the contract. In performance of these duties, Brian Fields, P.E., or his
authorized representative is the OWNER's Project Manager during the entire period of
construction. The OWNER (CITY) may change the Project Manager during the term of this
contract.
b. Inspections, 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 Worksite for Inspections. The OWNER shall be given free access to the worksite at
all times during work preparation and progress. The Project Manager 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.
Page 5
Howell Creek & Northern Way Bridge Repair
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. Refection and Stoppage 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.
14. PROGRESS MEETING — OWNER'S Project Manager may hold periodic progress meetings on a monthly
basis, or more frequently if required by the OWNER, during the term of work entered into under this
Agreement. CONTRACTOR's Project Manager and all other appropriate personnel shall attend such
meetings as designated by the OWNER'S Project Manager.
15. RESPONSIBILITIES OF CONTRACTOR - CONTRACTOR's duties and rights in connection with the project
herein are as follows:
a. Responsibility for Supervision 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. Discipline and Employment. 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 work 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 thereof.
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.
16. ASSIGNMENT - CONTRACTOR shall not assign or subcontract this Agreement, or any rights or any
monies due or to become due hereunder without the prior, written consent of the OWNER.
Page 6
Howell Creek & Northern Way Bridge Repair
a. If upon receiving written approval from OWNER, any part of this Agreement is subcontracted
by CONTRACTOR, CONTRACTOR shall be fully responsible to OWNER for all acts and /or omissions
performed by the subcontractor as if no subcontract had been made.
b. If OWNER determines that any subcontractor is not performing in accordance with this
Agreement, OWNER shall so notify CONTRACTOR who shall take immediate steps to remedy the
situation.
c. If CONTRACTOR, prior to the commencement of any Work subcontracts any part of this
Agreement by the subcontractor, CONTRACTOR shall require the subcontractor to provide
OWNER and its affiliates with insurance coverage as set forth by the OWNER.
17. THIRD PARTY RIGHTS - Nothing in this Agreement shall be construed to give any rights or benefits to
anyone other than OWNER and CONTRACTOR.
18. PROHIBITION AGAINST CONTINGENT FEES - CONTRACTOR warrants that it 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 it 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.
19. NO JOINT VENTURE - Nothing herein shall be deemed to create a joint venture or principal -agent
relationship between the parties and neither party is authorized to, nor shall either party act toward
third persons or the public in any manner which would indicate any such relationship with the other
party.
20. INDEMNIFICATION — CONTRACTOR shall indemnify and hold harmless the City, its officers,
employees, and city attorneys (individually and in their official capacity, from liability, losses, damages,
and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the
negligence, recklessness or intentional wrongful misconduct of CONTRACTOR and persons employed
or utilized by CONTRACTOR in the performance of this Agreement.
The indemnification provided above shall obligate the CONTRACTOR to defend at its own expense or
to provide for such defense, at the option of the OWNER, as the case may be, of any and all claims of
liability and all suits and actions of every name and description that may be brought against the
OWNER or its officers, employees, and city attorneys which may be covered by this indemnification.
In all events the OWNER and its officers, employees, and city attorneys shall be permitted to choose
legal counsel of its sole choice, the fees for which shall be reasonable and subject to and included with
this indemnification provided herein.
21. SAFETY- CONTRACTOR shall be solely and absolutely responsible and assume all liability for the safety
and supervision of its principals, employees, contractors, and agents while performing work provided
hereunder.
22. CORPORATE REPRESENTATIONS BY CONTRACTOR - CONTRACTOR hereby represents and warrants
to the OWNER the following:
Page 7
Howell Creek & Northern Way Bridge Repair
a. CONTRACTOR is duly registered and licensed to do business in the State of Florida and is
in good standing under the laws of Florida, and is duly qualified and authorized to carry
on the functions and operations set forth in this Agreement.
b. The
undersigned signatory for CONTRACTOR has
the
power,
authority, and the legal
right
to enter into and
perform the
obligations
set
forth
in
this
Agreement and
all
applicable exhibits thereto, and the execution, delivery, and performance hereof by
CONTRACTOR has been duly authorized by the board of directors and /or president of
CONTRACTOR. In support of said representation, CONTRACTOR agrees to provide a copy
to the OWNER of a corporate certificate of good standing provided by the State of
Florida prior to the execution of this Agreement.
c. CONTRACTOR is duly licensed under all local, state and federal laws to provide the work
stated in paragraph 1.0 herein. In support of said representation, CONTRACTOR agrees
to provide a copy of all said licenses to the OWNER prior to the execution of this
Agreement.
23. NOT USED
24.
INSURANCE - During the term of this Agreement, CONTRACTOR shall be responsible for providing the
types of insurance and limits of liability as set forth below.
a. The CONTRACTOR shall maintain comprehensive general liability insurance in the minimum
amount of $2,000,000 as the combined single limit for each occurrence to protect the
CONTRACTOR from claims of property damages which may arise from any Work performed
under this Agreement whether such Work are performed by the CONTRACTOR or by anyone
directly employed by or contracting with the CONTRACTOR.
b. The CONTRACTOR shall maintain comprehensive automobile liability insurance in the
minimum amount of $1,000,000 combined single limit bodily injury and minimum $1,000,000
property damage as the combined single limit for each occurrence to protect the CONTRACTOR
from claims for damages for bodily injury, including wrongful death, as well as from claims from
property damage, which may arise from the ownership, use, or maintenance of owned and non -
owned automobiles, including rented automobiles whether such operations be by the
CONTRACTOR or by anyone directly or indirectly employed by the CONTRACTOR.
c. The CONTRACTOR shall maintain, during the life of this Agreement, adequate Workers'
Compensation Insurance in at least such amounts as are required by law and Employer's Liability
Insurance in the minimum amount of $2,000,000 for all of its employees performing Work for the
OWNER pursuant to this Agreement.
Special Requirements. Current, valid insurance policies meeting the requirements herein identified
shall be maintained during the term of this Agreement. A copy of a current Certificate of Insurance
shall be provided to the OWNER by CONTRACTOR upon the Effective Date of this Contract which
satisfied the insurance requirements of this paragraph 24. Renewal certificates shall be sent to the
OWNER 30 days prior to any expiration date. There shall also be a 30 -day advance written notification
to the OWNER in the event of cancellation or modification of any stipulated insurance coverage. The
Page 8
Howell Creek & Northern Way Bridge Repair
OWNER shall be an additional named insured on all stipulated insurance policies as its interest may
appear, from time to time.
Independent Associates and Consultants. All independent contractors or agents employed by
CONTRACTOR to perform any Work hereunder shall fully comply with the insurance provisions
contained in paragraph 24.
25. MEDIATION /VENUE - The parties agree that should any dispute arise between them regarding the
terms or performance of this Agreement, both parties will participate in 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.
26. GOVERNING LAW & VENUE - This Agreement is made and shall be interpreted, construed, governed,
and enforced in accordance with the laws of the State of Florida. Venue for any state action or
litigation shall be Seminole County, Florida. Venue for any federal action or litigation shall be Orlando,
Florida.
27. ATTORNEY'S FEES - Should either party bring an action to enforce any of the terms of this Agreement,
the prevailing party shall be entitled, to the extent permitted by law, to recover from the non -
prevailing party the costs and expenses of such action including, but not limited to, reasonable
attorney's fees, whether at settlement, trial or on appeal.
28. 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.
29. WORK IS A PRIVATE UNDERTAKING - With regard to any and all Work performed hereunder, it is
specifically understood and agreed to by and between the parties hereto that the contractual
relationship between the OWNER and CONTRACTOR is such that the CONTRACTOR is an independent
contractor and not an agent of the OWNER. The CONTRACTOR, its contractors, partners, agents, and
their employees are independent contractors and not employees of the OWNER. Nothing in this
Agreement shall be interpreted to establish any relationship other than that of an independent
contractor, between the OWNER, on one hand, and the CONTRACTOR, its contractors, partners,
employees, or agents, during or after the performance of the Work under this Agreement.
30. DOCUMENTS - Public Records: It is hereby specifically agreed that any record, document,
computerized information and program, audio or video tape, photograph, or other writing of the
CONTRACTOR and its independent contractors and associates related, directly or indirectly, to this
Agreement, may be deemed to be a Public Record whether in the possession or control of the
OWNER or the CONTRACTOR. Said record, document, computerized information and program, audio
or video tape, photograph, or other writing of the CONTRACTOR is subject to the provisions of
Chapter 119, Florida Statutes, and may not be destroyed without the specific written approval of the
OWNER's City Manager. Upon request by the OWNER, the CONTRACTOR shall promptly supply copies
of said public records to the OWNER. All books, cards, registers, receipts, documents, and other
papers in connection with this Agreement shall at any and all reasonable times during the normal
working hours of the CONTRACTOR be open and freely exhibited to the OWNER for the purpose of
examination and /or audit.
Page 9
Howell Creek & Northern Way Bridge Repair
The CONTRACTOR acknowledges that the OWNER is a Florida municipal corporation and subject to
the Florida Public Records Law. CONTRACTOR agrees that to the extent any document produced by
CONTRACTOR under this Agreement constitutes a Public Record; CONTRACTOR shall comply with the
Florida Public Records Law.
31. SOVEREIGN IMMUNITY - Notwithstanding any other provision set forth in this Agreement,
nothing contained in this Agreement shall be construed as a waiver of the CITY'S right to
sovereign immunity under Section 768.28, or other limitations imposed on the CITY'S potential
liability under state or federal law. As such, the CITY shall not be liable, under this Agreement for
punitive damages or interest for the period before judgment. Further, the CITY shall not be
liable for any claim or judgment, or portion thereof, to any one person for more than one
hundred thousand dollars ($100,000.00), or any claim or judgment, or portion thereof, which,
when totaled with all other claims or judgments paid by the State or its agencies and
subdivisions arising out of the same incident or occurrence, exceeds the sum of two hundred
thousand dollars ($200,000.00).
32. HEADINGS - Paragraph headings are for the convenience of the parties only and are not to be
construed as part of this Agreement.
33. INTEGRATION; MODIFICATION - The drafting, execution, and delivery of this Agreement by the
Parties has been induced by no representations, statements, warranties, or agreements other than
those expressed herein. This Agreement embodies the entire understanding of the parties, and there
are no further or other agreements or understandings, written or oral, in effect between the parties
relating to the subject matter hereof unless expressly referred to herein. Modifications of this
Agreement shall only be made in writing signed by both parties.
34. WAIVER AND ELECTION OF REMEDIES -
Waiver by either
party of any terms, or
provision of this
Agreement shall not be considered a waiver of that term,
condition, or provision
in the future. No
waiver, consent, or modification of any of
the provisions of
this Agreement shall be
binding unless in
writing and signed by a duly authorized representative of each party hereto. This Agreement may be
executed in any number of counterparts, each of which when so executed and delivered shall be
considered an original agreement; but such counterparts shall together constitute but one and the
same instrument.
35. DRAFTING - OWNER and CONTRACTOR each represent that they have both shared equally in drafting
this Agreement and no party shall be favored or disfavored regarding the interpretation of this
Agreement in the event of a dispute between the parties.
36. NOTICE - Any notices required to be given by the terms of this Agreement shall be delivered by hand
or mailed, postage prepaid to:
For CONTRACTOR:
Page 10
Howell Creek & Northern Way Bridge Repair
For OWNER:
City of Winter Springs
City Engineer, Public Works Department
1126 East State Road 434
Winter Springs, FL 32708
Either party may change the notice address by providing the other party written notice of the change.
Signed, Sealed and Delivered in the presence of:
Witness
Witness
Witness
Witness
CONTRACTOR:
Name
Title
Business Address
City, State Zip
Date
OWNER:
CITY OF WINTER SPRINGS
By: Kevin L. Smith
City Manager
1126 East State Road 434
Winter Springs, FL. 32708
407 - 327 -1800