Loading...
R25-026 1 RESOLUTION NO. R25-026 2 3 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON 4 BEACH, FLORIDA, AWARDING INVITATION TO BID NO. PWE24-024 5 FOR THE FIRE STATION #5 EMERGENCY GENERATOR REPLACEMENT 6 PROJECT TO J.T. EQUIPMENT SERVICE COMPANY; APPROVING AN 7 AGREEMENT BETWEEN THE CITY AND J.T. EQUIPMENT SERVICE 8 COMPANY FOR AN AMOUNT OF $744,307 PLUS A TEN PERCENT 9 CONTINGENCY OF $74,430.70 THAT WILL BE UTILIZED FOR 10 UNFORESEEN CONDITIONS TOTALING AN AMOUNT NOT TO EXCEED 11 $818,737.70; AND FOR ALL OTHER PURPOSES. 12 13 WHEREAS, the City of Boynton Beach's Fire Department requires a new generator to 14 power the firehouse in the event of an emergency; and 15 WHEREAS, an emergency generator is crucial for ensuring uninterrupted power during 16 emergencies, particularly in critical facilities such as fire stations, hospitals, and schools. It provides 17 a reliable backup power source, maintaining essential operations and safeguarding public safety 18 when the main power supply is disrupted, especially during natural disasters or other unforeseen 19 events; and 20 WHEREAS, the City's Public Works Department developed specifications to seek a 21 contractor to install a new emergency generator as outlined in the project plans. The scope of 22 work included the selective demolition of the existing generator enclosure, removal of the current 23 generator, installation of the new generator and the necessary infrastructure; and 24 WHEREAS, on September 12, 2024, the Purchasing Division issued Invitation to Bid (ITB) 25 No. PWE24-024 for the Fire Station #5 Emergency Generator Replacement Project; and 26 WHEREAS, a pre-bid meeting was held on September 23, 2024, accompanied by a site 27 visit, which was attended by several interested bidders; and 28 WHEREAS, the ITB closed on November 7, 2024, with two bid submissions; and 29 WHEREAS, after reviewing the submissions, the Purchasing Division determined that J.T. 30 Equipment Service Company ("Contractor") was the lowest responsive and responsible bidder; 31 and 32 WHEREAS, the City has selected the Contractor to perform construction services related 33 to the Fire Station # 5 Emergency Generator Replacement Project; and 34 WHEREAS, after reviewing the submissions, the Purchasing Division determined that the 35 Contractor was the lowest responsive and responsible bidder; and 36 WHEREAS, the City Commission, upon the recommendation of staff, has deemed it in the 37 best interests of the city's citizens and residents to award Invitation to Bid No. PWE24-024 for the 38 Fire Station #5 Emergency Generator Replacement Project to J.T. Equipment Service Company, 39 and approve an Agreement between the City and J.T. Equipment Service Company for an amount 40 of $744,307 plus a ten percent contingency of $74,430.70 that will be utilized for unforeseen 41 conditions totaling an amount not to exceed $818,737.70. 42 43 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 44 BEACH, FLORIDA, THAT: 45 SECTION 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 46 being true and correct and are hereby made a specific part of this Resolution upon adoption. 47 SECTION 2. The City Commission of the City of Boynton Beach, Florida, does hereby 48 award Invitation to Bid No. PWE24-024 for the Fire Station #5 Emergency Generator Replacement 49 Project to J.T. Equipment Service Company ("Contractor"). 50 SECTION 3. The City Commission of the City of Boynton Beach, Florida, does hereby 51 approve an Agreement between the Contractor and the City for an amount of $744,307 plus a ten 52 percent contingency of $74,430.70 that will be utilized for unforeseen conditions totaling an 53 amount not to exceed $818,737.70 (the "Agreement"), in form and substance similar to that 54 attached as Exhibit A. 55 SECTION 4. The City Commission of the City of Boynton Beach, Florida, hereby 56 authorizes the Mayor to execute the Agreement. The Mayor is further authorized to execute any 57 ancillary documents required under the Agreement or necessary to accomplish the purposes of 58 the Agreement and this Resolution. 59 SECTION 5. The Mayor-executed Agreement shall be forwarded to Andrew 60 Rozwadowski to obtain execution of the Agreement by the Contractor. Andrew Rozwadowski 61 shall be responsible for ensuring that one fully executed Agreement is returned to the City to be 62 provided to the Office of the City Attorney for forwarding to the City Clerk for retention as a public 63 record. 64 SECTION 6. This Resolution shall take effect in accordance with law. 65 66 PASSED AND ADOPTED this .1( 54 day of 14huckry 2025. 67 CITY OF BOYNTON BEACH, FLORIDA 68 YES NO 69 Mayor-Ty Penserga 70 ,� 71 Vice Mayor-Aimee Kelley 72 g - 73 Commissioner-Angela Cruz 74 t� 75 Commissioner-Woodrow L. Hay 76 L . 77 Commissioner-Thomas Turkin 78 79 VOTE cc 80 AT A : 81 82 .in.. /, til , � L-- , ti 83 Mayl..e ��- Jesus, MP', MMC -='"'s ga 84 City l M. •r 85 01....N e.,� 86 k o�QORATF•..Fg0►► APPROVED AS TO FORM: 87 (Corporate Seal) ;..'`' E AL :S►►, 88 to• S t� p' , c' G RPORAjE i 89 ►� :1NC� rZo 44 9 • 90 1 Shawna G. Lamb 91 ,‘`% Fl-O = City Attorney City of Boynton Beach Purchasing Division AGREEMENT BETWEEN THE CITY OF BOYNTON BEACH AND J.T. EQUIPMENT SERVICE CO. PWE24-024 - FIRE STATION # 5 EMERGENCY GENERATOR REPLACEMENT PROJECT THIS AGREEMENT is entered into by and between the CITY OF BOYNTON BEACH, a municipal corporation organized and existing under the laws of Florida, with a business address of 100 East Ocean Ave., Boynton Beach, FL 33435, hereinafter referred to as "CITY", and J.T. Equipment Service Company,a Florida Profit Corporation authorized to do business in the State of Florida, with a business address of 14258 SW139th Court, Miami, Florida 33186 hereinafter referred to as the "CONTRACTOR," each a "Party" and collectively the "Parties." WHEREAS, the City of Boynton Beach's Fire Department requires a new generator to power the firehouse in the event of an emergency. WHEREAS, an emergency generator is crucial for ensuring uninterrupted power during emergencies, particularly in critical facilities such as fire stations, hospitals, and schools. It provides a reliable backup power source, maintaining essential operations and safeguarding public safety when the main power supply is disrupted, especially during natural disasters or other unforeseen events. WHEREAS, the City's Public Works Department developed specifications to seek a contractor to install a new emergency generator as outlined in the project plans. The scope of work included the selective demolition of the existing generator enclosure,removal of the current generator, installation of the new generator, and the necessary infrastructure. WHEREAS, on September 12, 2024, the Purchasing Division issued Invitation to Bid (ITB) No. PWE24-024 for the Fire Station #5 Emergency Generator Replacement Project. WHEREAS, a pre-bid meeting was held on September 23, 2024, accompanied by a site visit,which was attended by several interested bidders. WHEREAS, the ITB closed on November 7, 2024, with two bid submissions. WHEREAS, after reviewing the submissions, the Purchasing Division determined that J.T. Equipment Service Co. was the lowest responsive and responsible bidder. WHEREAS,the CITY has selected the CONTRACTOR to perform construction services related to the Fire Station# 5 Emergency Generator Replacement Project; and, WHEREAS, after reviewing the submissions, the Purchasing Division determined that J.T. Equipment Service Co. (CONTRACTOR) was the lowest responsive and responsible bidder. WHEREAS, at its meeting of January 21, 2024. by Resolution No. RS-o2.4the CITY Commission approved this award to CONTRACTOR and authorized the proper CITY officials to execute this Agreement hereinafter referred to as Contract No.: PWE24-024 and used interchangeably with "contract". NOW, THEREFORE, CITY and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. SCOPE OF WORK. CONTRACTOR shall furnish all labor, materials, equipment, services, Mc:24.024•Fire Station a 5 Emerpenq Generator Replacement Protea J T Equ pment Service Company City of Boynton Beach Purchasing Division and incidents necessary to perform all "WORK" described in the Contract Documents (as defined in Article 7 below) and related thereto for the Project. The terms and conditions of Bid No. PWE24-024 and CONTRACTOR's bid are expressly incorporated into this Agreement by reference. Any conflict or discrepancy between the terms of this Agreement, Bid No. PWE24- 024. and CONTRACTOR's bid, shall be resolved pursuant to the following order of precedence (1)this Agreement, (2) Bid No. PWE24-024: and 3 CONTRACTOR's bid. Article 2. CONSULTANT. Shall mean the City of Boynton Beach, which has designed the Project and will assume all duties and responsibilities and will have the rights and authority assigned to CONSULTANT in connection with the completion of the WORK in accordance with the Contract Documents. Article 3. CONTRACT TIME: TERMINATION:LIQUIDATED DAMAGES. 3.1 Contract Time. Upon receipt of materials including the generator, the WORK will be substantially completed within Ninety ($Q,1 calendar days from the effective date of this Agreement, when the Contract Time commences to run as provided in paragraph 2.3 of the General Conditions and completed and ready for final inspection and payment in accordance with paragraph 14.9 of the General Conditions within Thirty (30) calendar days from the date of Substantial Completion. 3.2 Termination for Convenience. This Agreement may be terminated by CITY for convenience, upon providing fourteen (14) business days of written notice to CONTRACTOR for such termination. In the event of termination, CONTRACTOR shall be paid its compensation for services performed until the termination date, including services reasonably related to termination. In the event that CONTRACTOR abandons this Agreement or causes it to be terminated, CONTRACTOR shall indemnify CITY against loss pertaining to this termination 3.3 Termination for Cause. In addition to all other remedies available to CITY, this Agreement shall be subject to cancellation by CITY for cause, should CONTRACTOR neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30)days after receipt by CONTRACTOR of written notice of such neglect or failure. 3.4 Liquidated Damages. The CITY and CONTRACTOR recognize and acknowledge that time is of the essence of this Contract and that the CITY will suffer financial loss if the WORK is not completed within the times specified in paragraph 3.1 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions.Each of the parties acknowledges that it has attempted to quantify the damages, which would be suffered by the CITY in the event of the failure of CONTRACTOR to perform in a timely manner, but neither one has been capable of ascertaining such damages with certainty. CITY and CONTRACTOR also recognize and acknowledge the delays, expense, and difficulties involved in proving in a legal preceding the actual loss suffered by the CITY if the WORK is not completed on time. Accordingly, instead of requiring any such proof, the CITY and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay the CITY. Eight Hundred Dollars ($800.00) for each day that expires after the time specified in paragraphs 3.1 for substantial completion until the WORK is substantially complete. After Substantial Completion. if CONTRACTOR shall neglect, refuse or fail to complete the remaining WORK within the Contract Time or any proper extension thereof granted by the CITY, CONTRACTOR shall pay CITY Two Hundred Dollars [$200.00] for each day that expires after the time specified in paragraph 3.1 for completion and readiness for final payment. 'WE24-024.Fire SOt,on*5 Emergency Generator Replacement Protect 1 J Y Equipment Service Company City of Boynton Beach - Purchasing Division Article 4. CONTRACT PRICE CITY shall pay CONTRACTOR, for the faithful performance of the Contract, in lawful money of the United States of America. and subject to the additions and deductions as provided in the Contract Documents, a total sum as follows: Based on the Contract prices shown in the Bid Form submitted to the CITY as subsequently revised and as stated herein, a copy of such Bid Form being a part of the Contract Documents,the aggregate amount of this Contract(obtained from either the lump sum price. the application of unit prices to the quantities shown in the Bid Form or the combination of both) not to exceed: Seven Hundred Forty-Four Thousand Three Hundred Seven Dollars ($744,307.00). Contingency Funds - ALL CONTINGENCY SUMS ARE CITY'S CONTINGENCY AND REMAIN THE CITY'S PROPERTY UNTIL EXPENSE IS APPROVED. The contract price shall not include any contingency amounts. If the Contract or schedule of bid prices includes an agreed sum as a contingency, such amount is identified solely for budget purposes and remains the city's funds. The city may approve the use of contingency funds only for the purpose of defraying the expenses due to unforeseen conditions, extra work, and circumstances relating to construction unless otherwise agreed. Such contingency funds are not for use by the Contractor to cover shortfalls in the Contractor's bid amount and not for use by the City to increase the scope of work. Contractor shall obtain prior written approval from City prior to the expenditure of contingency funds, and Contractor will be required to furnish documentation evidencing expenditures charged to contingency and/or allowances prior to the release of such funds by City. All uncommitted contingency funds remain the funds of City Contingency. City and Contractor agree the Project budget shall include City's contingency, which shall be utilized as outlined above, The Contingency shall be ten percent or $74,430.70 to account for any unforeseen conditions only approved by the City Manager. Article 5. PAYMENT PROCEDURES. CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions CITY will process Applications for Payment as provided in the General Conditions. Si Progress Payments. CONTRACT may submit an Application for Payment as recommended by CONSULTANT. for WORK completed during the Project at intervals of not more than once a month. All progress payments will be on the basis of the progress of WORK measured by the schedule of values established in Paragraph 2.9.1 of the General Conditions and in the case of Unit Price Work based on the number of units completed or, in the event there is no schedule of values, as provided in the General Requirements. 5.2 Prior to Substantial Completion progress payments will be made in an amount equal to 90% of WORK completed. but, in each case, less the aggregate of payments previously made and less such amounts as CONSULTANT shall determine, or CITY may withhold. in accordance with paragraph 14.5 of the General Conditions. 5.3 CONTRACTOR shall submit with each Application for Payment, an updated progress schedule acceptable to the CITY and a Warranty of Title/Release of Liens relative to the Work that is the subject of the Application Each Application for Payment shall be submitted to the CITY for approval. The CITY shall make payment to the CONTRACTOR within thirty (30) calendar days after approval by the CITY of CONTRACTOR'S Application for Payment and submission of an acceptable updated progress schedule. PNE24-024.Fee Stiton to 5 Emerg.ocy Generator RepIaoemen P,Pea City of Boynton Beach Purchasing Division 8.3 Proposal Forms (including the Proposal, Schedule(s), Submission Requirements of Proposer/Bidder, and all required certificates, affidavits, and other documentation) 8.4 Contract 8.5 CONTRACTOR's Bid Bond, Performance. and Payment Bond 8.6 General Conditions for Construction 8.7 Special Terms and Conditions 8.8 City Construction Standards and Details (available online at: https.//www.bovnton- beach.ora/engineerinWpew-construction-department-public-works-engineering-division) 8.9 Attachment "A"— Emergency Generator ARCH SS— Bid Set/Drawings 8.10 Attachment "B"— Emergency Generator ELEC SS — Bid Set/Drawings ARTICLE 9.NOTICE. All notices required in this Contract shall be sent by certified mail, return receipt requested, and if sent to CITY shall be mailed to: Daniel Dugger, City Manager City of Boynton Beach 100 East Ocean Ave, Boynton Beach, FL 33435 Telephone No. (561) 742-6000 Arid if sent to the CONTRACTOR shall be mailed to: J.T Equipment Services Co. 14258 SW 139th Court Miami, Florida 33186 305-238-0023 Article 10.INDEMNITY. 10.1 The CONTRACTOR shall indemnify and hold harmless the CITY and its officers, employees, agents, instrumentalities, and the State of Florida, Division of Emergency Management from liability, losses or damages, including attomeys' fees and costs of defense through the conclusion of any appeals, which the CITY or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of or resulting from the negligence, recklessness,or intentional wrongful misconduct of CONTRACTOR, its employees,agents. partners, principals or subcontractors during the term of this Agreement or resulting thereafter. The CONTRACTOR shall pay all claims and losses in connection therewith and shall investigate and defend all claims. suits or actions of any kind or nature in the name of the CITY, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorneys' fees which may issue thereon. The CONTRACTOR expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the CONTRACTOR shall in no way limit the responsibility to indemnify,keep, and save harmless and defend the CITY or its officers.employees, agents, and instrumentalities as herein provided. 10.2 CONTRACTOR's aggregate liability pursuant to this indemnification provision shall not exceed one and one-half (1 1/2) times the contract price or One Million Dollars ($1,000,000) per occurrence, whichever is greater. 10.3 Upon completion of all services,obligations, and duties provided for in this Agreement, or in the event of termination of this Agreement for any reason, the terms and conditions of this Article shall survive indefinitely. 10.4 CITY reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of CONTRACTOR. PWF24.024•Fire Station N 5 Emergency Generator Reptacenent Protea J T Equipment Servioe Company City of Boynton Beach ` - Purchasing Division 10.5 Nothing contained herein is intended nor shall be construed as a contractual waiver of the CITY's rights, limits, and immunities under the common law or Section 768.28. Florida Statutes, as may be amended from time to time, nor a waiver of any defense the CITY may have and shall not be construed as consent to be sued by third parties based on any claims arising under this Contract. CONTRACTOR and CITY agree that any liability of the CITY under this Contract shall be limited to the amounts set forth in Sec. 728.68. Florida Statutes. Article 11.REIMBURSEMENT OF CONSULTANT EXPENSES. Should the completion of this Contract be delayed beyond the specified or adjusted time limit, CONTRACTOR shall reimburse the CITY for all expenses of consulting and inspection incurred by the CITY during the period between said specified or adjusted time and the actual date of final completion.All such expenses for consulting and inspection incurred by the CITY will be charged to the CONTRACTOR and be deducted from payments due CONTRACTOR as provided by this Contract. Said expenses shall be further defined as CONSULTANT charges associated with the construction contract administration, including resident project representative costs Article 12. FLORIDA'S PUBLIC RECORDS LAWS The CITY is a public agency subject to Chapter 119, Florida Statutes. The CONTRACTOR shall comply with Florida's Public Records Law. Specifically, the CONTRACTOR shall: 12.1 Keep and maintain public records required by the CITY to perform the service; 12.2 Upon request from the CITY's custodian of public records. provide the CITY with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statue or as otherwise provided by law; 12.3 Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, CONTRACTOR shall destroy all copies of such confidential and exempt records remaining in its possession once the CONTRACTOR transfers the records in its possession to the CITY; and, 12.4 Upon completion of the contract. CONTRACTOR shall transfer to the CITY, at no cost to the CITY. all public records in CONTRACTOR's possession. All records stored electronically by CONTRACTOR must be provided to the CITY, upon request from the CITY's custodian of public records, in a format that is compatible with the information technology systems of the CITY. 12.5 IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: CITY CLERK'S OFFICE 100 E. OCEAN AVENUE BOYNTON BEACH, FLORIDA 33435 561-742-606 CIityCierkgbbti.US Article 13.g-VERIFY, PWE24.024•F,re Station 15 Emergency Generator Replacement Prgect 5 .« .... ...r r_r.. City of Boynton Beach Purchasing Division 13 1 CONTRACTOR certifies that it is aware of and complies with the requirements of Section 448.095, Florida Statutes, as may be amended from time to time and briefly described herein below. 13.1.1 Definitions for this Section: A. "Contractor" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for a salary, wages, or other remuneration. "Contractor" includes, but is not limited to, a vendor or consultant. B. "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for a salary, wages, or other remuneration. C. "E-Verify system" means an Internet-based system operated by the United States Department of Homeland Security that allows participating employers to electronically verify the employment eligibility of newly hired employees. 13.1.2 Registration Requirement: Termination: Pursuant to Section 448.095, Florida Statutes, effective January 1, 2021, Contractors, shall register with and use the E-Verify system in order to verify the work authorization status of all newly hired employees. Contractor shall register for and utilize the U.S_ Department of Homeland Security's E- Verify System to verify the employment eligibility of A. All persons employed by a Contractor to perform employment duties within Florida during the term of the contract: and B. All persons (including sub-vendors/sub-consultants/sub-contractors) assigned by Contractor to perform work pursuant to the contract with the City of Boynton Beach. The Contractor acknowledges and agrees that registration and use of the U S Department of Homeland Security's E- Verify System during the term of the contract is a condition of the contract with the City of Boynton Beach: and C. The Contractor shall comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to registration and utilization of the E-Verify System to verify the work authorization status of all newly hired employees. Contractor shall also require all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The Contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. Any challenge to termination under this provision must be filed in the Circuit Court no later than twenty (20) calendar days after the date of termination. Termination of this Contract under this Section is not a breach of contract and may not be considered as such. If this contract is terminated for a violation of the statute by the Contractor,the Contractor may not be awarded a public contract for a period of one (1) year after the date of termination. PVVE24-024-Fire Station M 5 Emegency Generator Replacement Project J T Equipment Service Company City of Boynton Beach ^-° Purchasing Division Article 14. PROHIBITION AGAINST CONSIDERING SOCIAL, POLITICAL OR IDEOLOGICAL INTERESTS IN GOVERNMENT CONTRACTING -- F.S. 287.05701. CONTRACTOR is hereby notified of the provisions of section 287.05701, Florida Statutes. as amended,that the CITY will not request documentation of or consider CONTRACTOR's social, political, or ideological interests when determining if the CONTRACTOR is a responsible CONTRACTOR CONTRACTOR is further notified that the CITY's governing body may not give preference to a CONTRACTOR based on the CONTRACTOR's social, political, or ideological interests. Article 15.5CRUT1NJZED COMPANIES, By execution of this Agreement, CONTRACTOR certifies that CONTRACTOR is not participating in a boycott of Israel. CONTRACTOR further certifies that CONTRACTOR is not on the Scrutinized Companies that Boycott Israel list. not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has CONTRACTOR been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the CITY will not contract for the provision of goods or services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The CITY shall provide notice, in writing, to the CONTRACTOR of the CITY's determination concerning the false certification. CONTRACTOR shall have five (5) calendar days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term,the CONTRACTOR shall have ninety(90) calendar days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If the CONTRACTOR does not demonstrate that the CITY's determination of false certification was made in error then the CITY shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135. Florida Statutes, as amended from time to time. Article 16. COVENANT AGAINST CONTINGENT FEES. The 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 CONTRACTOR has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the CONTRACTOR any fee,commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, the CITY shall have the right to annul this Agreement without liability or, in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission. percentage, brokerage fee, gift, or contingent fee. Article 17.JIAISCELLANEOUS. 17.1 Any and all legal action necessary to enforce the terms of this Agreement shall be governed by the laws of the State of Florida. Any legal action arising from the terms of this Agreement shall be submitted to a court of competent jurisdiction located exclusively in Palm Beach County. 17.2 No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound: and specifically but without limitation, moneys that may PWE24-024 Fre Station It 5 Emergency Generator Replacement Protect 8 J T Equpment Service Company Ca City of Boynton Beach Purchasing Division become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 17.3 City and CONTRACTOR each binds itself, their partners, successors, assigns and legal representatives to the other party hereto, their partners, successors, assigns and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. 17.4 In the event that either party brings suit for enforcement of this Agreement. each party shall bear its own attorney's fees and court costs. except as otherwise provided under the indemnification provisions set forth herein above. 17.5 Prior to final payment of the amount due under the terms of this Agreement, to the extent permitted by law, a final waiver of lien shall be required to be submitted by the CONTRACTOR, as well as all suppliers and subcontractors whom worked on the project that is the subject of this Agreement. Payment of the invoice and acceptance of such payment by CONTRACTOR shall release City from all claims of liability by CONTRACTOR in connection with this Agreement. 17.6 At all times during the performance of this Agreement, CONTRACTOR shall protect CITY's property from all damage whatsoever on account of the work being carried on under this Agreement. 17.7 It shall be the CONTRACTOR's responsibility to be aware of and comply with all statutes, ordinances,rules,orders.regulations and requirements of all local,city.state, and federal agencies as applicable. 17.8 This Agreement represents the entire and integrated agreement between City and CONTRACTOR and supersedes all prior negotiations, representations or agreements, either written or oral. This Agreement is intended by the parties hereto to be final expression of this Agreement, and it constitutes the full and entire understanding between the parties with respect to the subject hereof, notwithstanding any representations, statements, or agreements to the contrary heretofore made. In the event of a conflict between this Agreement. the solicitation and the CONTRACTOR's bid proposal, this Agreement shall govern then the solicitation, and then the bid proposal. 17.9 This Agreement will take effect once signed by both parties. This Agreement may be executed by hand or electronically in multiple originals or counterparts, each of which shall be deemed to be an original and together shall constitute one and the same agreement. Execution and delivery of this Agreement by the Parties shall be legally binding,valid and effective upon delivery of the executed documents to the other party through facsimile transmission, email, or other electronic delivery Article 18. DEFAULT OF CONTRACT& REMEDIES. 18.1 Correction of Work. If, in the judgment of CITY, work provided by CONTRACTOR does not conform to the requirements of this Agreement, or if the work exhibits poor workmanship, CITY reserves the right to require that CONTRACTOR correct all deficiencies in the work to bring the work into conformance without additional cost to CITY, and/or replace any personnel who fail to perform in accordance with the requirements of this Agreement. CITY shall be the sole judge of non-conformance and the quality of workmanship. 18 2 Default of Contract_ The occurrence of any one or more of the following events shall constitute a default and breach of this Agreement by CONTRACTOR: 18.2.1 The abandonment of the project by CONTRACTOR for a period of more than seven (7) business days. 18.2.2 The abandonment, unnecessary delay. refusal of, or failure to comply with any of the terms of this Agreement or neglect, or refusal to comply with the instructions of the CITY's designee- Py 24-024.Fire Station#5 Emergency Generator Replacement Pro;ec' c' .;I f- .mmer.t tiervice Compar, City of Boynton Beach '' . Purchasing Division 18.2 3 The failure by CONTRACTOR to observe or perform any of the terms, covenants or conditions of this Agreement to be observed or performed by CONTRACTOR, where such failure shall continue for a period of seven (7) calendar days after written notice thereof by CITY to CONTRACTOR; provided, however, that if the nature of CONTRACTOR's default is such that more than seven (7) calendar days are reasonably required for its cure, then CONTRACTOR shall not be deemed to be in default if CONTRACTOR commences such cure within said seven (7) calendar day period and thereafter diligently prosecutes such cure to completion. 18.2.4 The assignment and/or transfer of this Agreement or execution or attachment thereon by CONTRACTOR or any other party in a manner not expressly permitted hereunder. 18.2.5 The making by CONTRACTOR of any general assignment or general arrangement for the benefit of creditors, or the filing by or against CONTRACTOR of a petition to have CONTRACTOR adjudged a bankruptcy, or a petition for reorganization or arrangement under any law relating to bankruptcy (unless, in the case of a petition filed against CONTRACTOR, the same is dismissed within sixty (60) days); or the appointment of a trustee or a receiver to take possession of substantially all of CONTRACTOR's assets, or for CONTRACTOR's interest in this Agreement, where possession is not restored to CONTRACTOR within thirty (30) days; for attachment, execution or other judicial seizure of substantially all of CONTRACTOR's assets, or for CONTRACTOR's interest in this Agreement, where such seizure is not discharged within thirty (30) days. 18.3 Remedies in Default. In case of default by CONTRACTOR, CITY shall notify CONTRACTOR, in writing, of such abandonment, delay, refusal, failure, neglect, or default and direct CONTRACTOR to comply with all provisions of the Agreement. A copy of such written notice shall be mailed to the Surety on the Performance Bond. If the abandonment, delay, refusal, failure, neglect or default is not cured within seven (7)days of when notice was sent by CITY,CITY may declare a default of the Agreement and notify CONTRACTOR of such declaration of default and terminate the Agreement. The Surety on the Performance Bond shall within ten (10) days of such declaration of default, rectify or cause to be rectified any mismanagement or breach of service in the Agreement and assume the work of CONTRACTOR and proceed to perform services under the Agreement, at its own cost and expense. 18.3.1 Upon such declaration of default, all payments remaining due CONTRACTOR at the time of default, less all sums due CITY for damages suffered, or expenses incurred by reason of default, shall be due and payable to Surety. Thereafter the Surety shall receive monthly payments equal to those that would have been paid by the CONTRACTOR had the CONTRACTOR continued to perform the services under the Agreement. 18.3.2 CITY may complete the Agreement, or any part thereof, either by day labor. use of a subcontractor, or by re-letting a contract for the same, and procure the equipment and the facilities necessary for the completion of the Agreement, and charge the cost of same to CONTRACTOR and/or the Surety together with the costs incident thereto to such default. 18.3.3 In the event CITY completes the Agreement at a lesser cost than would have been payable to CONTRACTOR under this Agreement, if the same had been fulfilled by CONTRACTOR. CITY shall retain such differences. Should such cost to CITY be greater, CONTRACTOR shall pay the amount of such excess to the CITY. 18.3.4 Notwithstanding the other provisions in this Article, CITY reserves the right to terminate the Agreement at any time. whenever the service provided by CONTRACTOR fails to meet reasonable standards of the trade after CITY PWE24-024 Ere Station p 5 Emergency Generator Replacement Protect t v !I Equipment Service Company City of Boynton Beach �r,•r Purchasing Division gives written notice to the CONTRACTOR of the deficiencies as set forth in the written notice within fourteen calendar (14) days of the receipt by CONTRACTOR of such notice from CITY. Article 19. SOVEREIGN r MWA'MTY. ccwta'ned aenetiv'is rti^ierOeu iv serve as a waiver of sovereign immunity by the CITY or as a waiver of limits of liability or rights the CITY may have under the doctrine of sovereign immunity or under Section 768.28, Florida Statutes. Article 20. UNCONTROLLABLE FORCES. Neither the CITY nor CONTRACTOR shall be considered to be in default of this Agreement if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non-performing party could not avoid The term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of the non-performing party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions. Neither party shall, however, be excused from performance if non-performance is due to forces which are preventable, removable. or remediable, and which the non-performing party could have. with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The non-performing party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement. Article 21. NON-WAIVER. Waiver by the CITY of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. Article 22. INDEPENDENT CONTRACTOR. The CONTRACTOR and the CITY agree that the CONTRACTOR is an independent contractor with respect to the Work provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither CONTRACTOR nor any employee of CONTRACTOR shall be entitled to any benefits accorded CITY employees by virtue of the services provided under this Agreement_ The CITY shall not be responsible for withholding or otherwise deducting federal income tax or Social Security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to CONTRACTOR, or any employee of CONTRACTOR. Article 23. INSURANCE. During the performance of the Work under this Agreement. CONTRACTOR shall maintain the insurance policies required by the Insurance Advisory in the Contract Documents, and provide originals or certified copies of all policies to CITY's Risk Management. All policies shall be written by an insurance company authorized to do business in Florida. CONTRACTOR shall be required to obtain all applicable insurance coverage prior to commencing any Work pursuant to this Agreement. Article 24. OWNERSHIP AND USE OF DOCUMENTS All documents, drawings, specifications and other materials produced by the CONTRACTOR in connection with the services rendered under this Agreement shall be the property of the CITY whether the project for which they are made is executed or not. The CONTRACTOR shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with CONTRACTOR's endeavors. Article 25. COMPLIANCE WITH LAWS. CONTRACTOR shall, in performing the Work contemplated by this Agreement,faithfully observe and comply with all federal, State of Florida. PWE2I.024.Fire Station•5 Emergency Generator Replacement Protea '' J T Equpment Service Company „..- . - : City of Boynton Beach Purchasing Division and City of Boynton Beach ordinances and regulations that are applicable to the Work rendered under this Agreement. This Agreement will take effect once signed by both parties This Agreement may be signed by the parties in counterparts, whether signed physically or electronically. which together shall constitute one and the same agreement among the parties.A facsimile signature shall constitute an original signature for all purposes. PWE.24-024.Fire Station M 5 Emergency Generator RepJacement Project 12 J I Equipment Service Company �o• 7 Y City of Boynton Beach ',>o.•`• Purchasing Division IN WITNESS WHEREOF, the parties have hereunto set their hands and seals on the day and year set forth below their respective signatures. A CITY OF BOYNTON BEACH J.T. Equipment Service .mpany (CONTRACTOR) / < {/ a1 i .6,4',-, `;/' •/ /VV{ V '2I y :.nserga, Mayor 1eignature),J.T. Equipment Service Company "V Ao ZS— James Thurmond Date Print Name of Authorized Official President Title Approved as to Form- — / )422'5 Date v k4a1V4a $ 16'd.117e Office of the City Attorney (Corporate Seal) yNT Olv ••,, �`% Attest/Authenticated: /04 :§c:c?..ciiI.Ar.e**•.::70,51,%11.0'1 6 ip• i E `�.Zji-. ""u 1-': ��pClg.: ' $ Witness °/ v \NCOR 0 •: • •.• 1°�2.•1- 0• pan i� a Ladefu ‘‘‘ FISOre Print Name • Att: -. 'uthenticated: 1 .._ id?. ,. le Maylee Ileus, City Cler PWE24-074 Fre Stanon 1 5 Emergency Generator Replacement Protea 13 J 7 E0apmen1 Serwce Canpany _ o City of Boynton Beach ' • •`� 'eM Purchasing Division 11 CORPORATE ACKNOWLEDGEMENT STATE OF hoc RC1� ) /Q COUNTY OF ‘A s t �P ) The foregoing instrument was acknowledged before me by means of :✓ysical presence or - online notarization, this 2 1 day of-Z,-,,,,-)i, 202 , by Sc. - k .4on behalf of .. �" 4,,r,.w•t/,SNcvkc (v , a . He/she is persona/ nown to me or has produced R Drt,r:L,c•tas identification. i 11114. �+ ANDRES BARCIA �I / ZQ• N.• •/,! e_-i Notary Public State of F••r� G � ` comm..r NN 2846• NARY PUBLIC �!... 1 My Comm.Expires Ju.,2026 "� ti S c C Ir- (Name of Notary Typed, Printed or Stamped) Title or Rank Serial number, if any PWE24-024.Fre Statron Y 5 Emergency Generator Neptacemert Project 14 .l I Equpment Service Company